Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

65 -- Medical, dental and veterinary equipment and supplies

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ3059
 
Response Due
9/23/2003
 
Archive Date
10/8/2003
 
Point of Contact
Shonda Donovan, Purchasing Agent, Phone 301-402-6655, Fax 301-480-3695, - Sylvia Robinson, Purchasing Agent, Phone 301-402-2284, Fax 301-480-3695,
 
E-Mail Address
sdonovan@niaid.nih.gov, srobinson@niaid.nih.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested for solicitation number RFQ3059 and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This acquisition is a Small Business Set-Aside and will be processed under Simplified Acquisition Procedures (SAP). The North American Industry Classification System (NAICS) Code is 334516, with an associated size standard of 500 employees. The National Institute of Allergy and Infectious Diseases intends to procure Positive/Negative Control System Racks and caging (quantity: 21 racks and 140 cages set ups per rack); cage change out set-ups (quantity: 648); water bottle baskets (quantity 32); and bottle basket dollies (quantity: 8). The rack systems must accommodate a minimum of 140 cages per rack. The cages must be made of Polysulfone material (to withstand multiple autoclaving), must each have a solid bottom with a minimum of 75 square inches of floor space and must each have a minimum height of 7 inches. Each cage set up and cage change out set up must include: 1 cage; 1 filter top; 1 water bottle; 1 water bottle cap/stopper; 1 sipper tube; 1 feeder hopper or wire bar lid, 1 stainless steel cage card holder. The air supply to the racks must be a low resistant airflow design with High Efficiency particulate Class 100 Air (HEPA) filtration. The Exhaust air must also be HEPA filtered. The Unit must be able to connect to the existing standard snorkel exhaust system within the building. Units must have the ability to normally operate in the Negative mode but must also be capable of operation in the Positive mode. The ideal system is configured so that the rack(s) and blower(s) fit into the smallest possible footprint, and are light and easily maneuverable. The noise generated by the rack should not exceed 60 dBA, and the rack/fan vibration should not transfer to the animal cage. The airflow within the cage level should be approximately 15%. Evaluation for Award: This order will be awarded to the contractor whose offer represents the best value to the Government. The Government reserves the right to make award based on technical superiority. Factors for evaluation include: Criteria 1: Minimum technical acceptability. The successful offer must demonstrate the ability to meet specifications detailed above as well as those recommended by the American Association for Accreditation of Laboratory Animal Care (AAALAC) and the Guide for the Care and Use of Laboratory Animals. Criteria 2. Technical factors that affect the functionality and relative value of the product include but are not limited to: velocity of air flow to the micro-environment; air plenum design; visibility of animals in the cage; ease of disinfection and autoclaving of the racks; power supply backup in case of power outage to main facility; ease in cage docking, system service or maintenance. Additional functional features for consideration may include: locking casters; non-marring wheels; quiet operation; ease of maneuverability; low noise (60 dBA or less), minimal increases or decreases in the rate of internal cage airflow; Durability of ancillary equipment, ability to withstand repeated autoclaving; Warranty on caging and ancillary equipment and product or parts replacement criteria. Anticipated date of delivery: January 11, 2004. Place of delivery- NIH/NIAID, Maryland 20852; FOB origin. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items. FAR 52.212-2 Evaluation ? Commercial Items; FAR 52.212.3 Offerors Representations and Certifications ? Commercial Items; FAR 52.212-4 Contractor Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. Offeror must include with their offer a completed copy of provisions at FAR 52.212-3 Offerors Representations and Certications ? Commercial Items. Offer must be submitted no later than 5:00 P.M. Eastern Daylight Time (EDT), September 23, 2003, to Shonda Donovan. Copies of the aforementioned clauses are available upon request by telephone to Shonda Donovan at (301) 594-3419. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE70C, MSC/4812 Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Shonda Donovan (301) 594-3419. Collect calls will not be accepted. All responsible offers will be considered by this agency.
 
Place of Performance
Address: Natioal Institute of Health, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00431980-W 20030913/030911213133 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.