Laboratory Vacuum System Replace and Install Irvine CA FDA
ID: 75F40125Q00028Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified contractors to replace and install a laboratory vacuum system at its facility in Irvine, California. The project involves the removal of an outdated vacuum pump system, which is nearly 23 years old, and the installation of a new system that meets specific technical requirements, including energy efficiency and integration with existing building automation systems. This procurement is critical for maintaining operational reliability at the FDA Irvine facility, ensuring that essential laboratory functions can continue without interruption. Interested small businesses must submit their proposals by the specified deadlines, with a mandatory site visit scheduled for January 29, 2025, to assess existing conditions. For further inquiries, potential bidders can contact Patricia Natividad at patricia.natividad@fda.hhs.gov or by phone at 301-796-8919.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) titled "75F40125Q00028 IRVINE VACUUM PUMP REPLACEMENT AND INSTALLATION." The primary purpose is to solicit bids for the replacement and installation of vacuum pumps at the Irvine facility. It features multiple attachments, specifically eight images labeled as "Vacuum Pump Picture 1" through "Vacuum Pump Picture 8," which likely provide visual context and detailed specifications related to the equipment in question. The inclusion of these images suggests an emphasis on the importance of understanding the existing equipment's condition and the specifics necessary for successful installation. This RFP is likely part of broader federal efforts to maintain and upgrade facilities and ensure the reliability of essential equipment. Overall, it serves as a framework for potential contractors to grasp the scope of work required and submit proposals accordingly.
    The document appears to contain fragmented and corrupted data from a government file related to federal or state/local request for proposals (RFPs) and grants. It highlights the necessity for clarity in project specifications and compliance with governmental standards. The crux of the document seems to focus on various aspects of project management, including assessment of existing conditions, rigorous adherence to safety regulations, and the management of environmental hazards. Key components likely pertain to the process involved in assessing and executing various projects, ensuring they align with federal guidelines. Additionally, it implies a commitment to both modernization and safety in managing public resources. The fragmented nature suggests that complete and coherent communication is vital in guiding stakeholders through the procedural aspects of government contracts, thus leading to efficient project implementation tailored to community needs. The emphasis on thorough hazard assessment and compliance indicates a broader governmental initiative towards reinforcing standards in public works and promoting environmental safety, although the specifics are obscured due to the file's corruption.
    The solicitation number 75F40125Q00028 outlines a Request for Quotation (RFQ) for the replacement of an outdated vacuum pump system at the FDA Irvine facility in California. This project is set aside for small businesses, targeting those in the manufacturing of measuring and dispensing equipment. Key tasks include the removal of the obsolete vacuum system, installation of a new model, and adherence to specific technical specifications. The contractor must coordinate logistics, update engineering documentation, and provide necessary warranties and training. The contract calls for a fixed-price quote, encompassing multiple line items such as equipment cost, labor, warranty, and shipping. The work must be completed within 222 days after a Notice to Proceed is issued, requiring compliance with various federal regulations and safety protocols. A site visit is mandatory for offerors to assess existing conditions, with questions accepted until a specified deadline. Evaluation of bids will follow a Lowest Priced Technically Acceptable (LPTA) approach, emphasizing technical capability and delivery schedules. The document specifies stringent submission guidelines, ensuring that all proposals are detailed, compliant with accessibility standards, and include accurate pricing information. The overall intent is to enhance operational reliability by replacing critical equipment while ensuring small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibration and Technical Support Services for SEAHAFL Temperature Monitoring Sensors
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking to negotiate a sole source contract with MESA LABORATORIES, INC. for Calibration and Technical Support Services related to SEAHAFL temperature monitoring sensors. The contract will encompass annual calibration services for government-owned VPx temperature and humidity sensors, as well as DataTrace and MPRF datalogger sensors, alongside technical support for diagnostics and potential repairs of temperature monitoring devices. These services are critical for maintaining regulatory compliance and operational integrity of equipment such as refrigerators, freezers, and incubators, adhering to ISO/IEC 17025 standards for calibration documentation. Interested vendors must submit their proposals by March 18, 2025, and registration in the System for Award Management (SAM) is required for participation. For further inquiries, vendors can contact Andrea Howard at andrea.howard1@fda.hhs.gov or by phone at 240-402-7197.
    Vacuum Pump
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum pump, specifically an Anest Iwata ISP-1000 oil-free dry scroll vacuum pump or an equivalent model. The primary objective is to acquire a pump with a minimum pumping capacity of 40 CFM, compatible with an electrical supply of 200-230/440-480 VAC at 50/60Hz, and featuring a KF-40 inlet, to support NASA's operational needs at their facility in Albuquerque, New Mexico. This procurement is part of NASA's broader initiative to enhance its capabilities through specialized equipment, and it is set aside for small businesses, emphasizing compliance with federal regulations. Quotes are due by March 17, 2025, and interested vendors must register at www.sam.gov and submit their proposals via email to Kacey Hickman at kacey.l.hickman@nasa.gov.
    Z1DA--Replace Vacuum Pumps 553-22-201 Amendment 0001
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of medical vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan, under solicitation number 36C25025B0016. This project, designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement of nine aging vacuum pumps, requiring contractors to provide all necessary labor, materials, and supervision while ensuring minimal disruption to hospital operations. The estimated cost for this project ranges between $500,000 and $1,000,000, with a performance period of 90 days post-Notice to Proceed. Interested bidders must submit their proposals, including a bid guarantee and compliance documentation, by the specified deadline, and can direct inquiries to Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov.
    Removal and Replacement of Breathing Air Purification Systems
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from qualified small businesses for the removal and replacement of Breathing Air Purification Systems at the Fleet Readiness Center Southwest in San Diego, California. The procurement involves the removal of two outdated systems and the installation of two new systems, ensuring compliance with specific airflow and pressure requirements, as well as providing training for maintenance personnel. This project is critical for maintaining air quality standards and operational safety within the facility. Interested contractors must submit their quotations by March 21, 2025, and are encouraged to attend a site visit scheduled for March 17, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or call 619-556-9627.
    PRIMO Software Licensing
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
    J041--FY 25 Services ICU VACUUM OUTLETS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace vacuum outlets in 16 ICU rooms at the NY Harbor Healthcare System's Brooklyn Campus. The project requires the removal of old vacuum outlets and the installation of new ones, adhering to NFPA 99-2021 codes, and necessitates that technicians hold an ASSE 6030 license. This initiative is crucial for maintaining the healthcare infrastructure and ensuring the safety and functionality of medical utilities. Interested vendors, particularly those certified as SDVOSB/VOSB, must submit their capability statements to Contract Specialist John Bolt by March 19, 2025, at 15:00 EST, with the project falling under NAICS code 238220 and a small business size standard of $16.5 million.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide HVAC upgrades, including the replacement of Chiller 2 and Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project aims to address significant failures in the existing HVAC system that pose health and safety risks due to inadequate air conditioning, necessitating the installation of a corrosion-resistant chiller and updated VFDs. This procurement is critical for maintaining operational safety and efficiency at the facility, which serves as an important environmental and visitor center. Interested contractors must submit their quotes electronically by March 14, 2025, and are encouraged to attend a site visit by February 28, 2025; for further inquiries, they can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    PIMC N2o Pipe Decommission
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the decommissioning of nitrous oxide (N2O) piping systems at the Phoenix Indian Medical Center (PIMC). The primary objective of this contract is to safely decommission the N2O systems in compliance with NFPA 99 (2012) standards, which includes the removal of decommissioned piping and ensuring proper documentation throughout the process. This project is critical for maintaining safety and compliance within healthcare facilities, emphasizing the importance of adhering to federal regulations during such operations. Interested small businesses must submit their proposals by April 10, 2025, and direct any inquiries to Dale C. Clark at dale.clark@ihs.gov.
    Preventative Maintenance on Biomek FXp Dual Arm Liquid Handling System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventative maintenance on the Biomek FXp Dual Arm Liquid Handling System located in Silver Spring, Maryland. The contract requires comprehensive service, including labor, travel, and parts for one year, with a focus on on-site preventive maintenance performed by ISO or OEM certified technicians, unlimited repairs, and timely servicing of replacement parts. This maintenance is crucial for ensuring the reliable operation of the Biomek FXp system, which plays a significant role in government research and operations. Interested vendors should contact Shamai Carter at shamai.m.carter.civ@health.mil or Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil for further details.
    Fermilab -Replacement of EOL water-cooled HVAC system
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified contractors for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 facility in Batavia, Illinois. The project involves the removal of the existing unit and installation of a new 20-ton system, requiring comprehensive compliance with federal safety and quality standards, including the submission of detailed proposals and adherence to the Davis-Bacon Act. This procurement is critical for maintaining operational efficiency and safety at Fermilab, ensuring that the facility meets its environmental and operational requirements. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.