Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
SOLICITATION NOTICE

66 -- Ventilated Rodent Housing

Notice Date
8/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
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
Reference-Number-RMLRFQ4048
 
Response Due
9/3/2004
 
Archive Date
9/18/2004
 
Point of Contact
Leona Eschenbacher, Purchasing Agent, Phone 406-363-9395, Fax 406-363-9288, - Lynda Kieres, Purchasing Agent, Phone 406-363-9210, Fax 406-363-9288,
 
E-Mail Address
LEschenbacher@niaid.nih.gov, lkieres@niaid.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice 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 & a written solicitation will not be issued. Submit offers on RML-RFQ-4048. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 6/18/04. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 332618 and the small business size is 500. SCHEDULE: The Rocky Mountain Laboratories, (RML), Veterinary Branch (RMVB) has a requirement for Ventilated Rodent Housing that shall be compatible with the existing systems provided by Allentown Caging Equipment Company on the RML campus with the following requirements: A = Two Negative Control System?s consisting of: 1) Shall be 140 each stainless steel cages, negative control racks 2) Shall have 140 each high temperature polysulfone caging systems. 3) Shall have JAG 75 mouse cages as manufactured by Allentown Caging, or equal, providing seventy five square inches of floor space. 4) Shall have 140 each high temperature polysulfone micro barrier tops with 1.312 x 3.750 filters at the front top surfaces, filter media shall be LydAir MG Hepa grade 3428, or equal. 5) Shall have 140 each stainless steel sheet metal design wire bar lids. 6) Shall have side supply and exhaust vertical plenum. 7) Shall have 4 inch exhaust plenum connections. 8) Shall have stainless steel split platforms. 9) Shall have Edstrom Easy lock latching mechanisms, or equal. 10) Shall have stainless steel horizontal flip design cardholders. 11) Shall have 140 each high temperature polysulfone PC15/17BHT 15/17 ounce water bottles. 12) Shall have 140 each polysulfone spin on lids with 2.5 inch straight sippers with balls. 13) Shall have plate mounted five inch stainless steel casters with high temperature brown phenolic wheels, two with brakes. B = 270 each Micro barrier assembly cage assembly?s consisting of: 1) Shall have polysulfone High temperature JAG 75 mouse cages as manufactured by Allentown Caging, or equal, providing 75 square inches of usable floor space. 2) Shall have all stainless steel metal design wire bar lids with recessions for pellet food and bottle watering. 3) Shall have polysulfone high temperature reduced height solid (no filter) cage tops. 4) Shall have all stainless steel 3 x 5 inch horizontal flip design cardholders. 5) Shall have high temperature polysulfone PC15/17BHT 15/17 ounce water bottles. 6) Shall have polysulfone spin on lids with 2.5 straight sippers with balls. C = Warranty shall be available as options. FOB Point shall be Destination, Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; FAR 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.246-2 Inspection of Supplies-Fixed Price. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, and price. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST), 09/03/04. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840
Zip Code: 59840
Country: USA
 
Record
SN00644469-W 20040818/040816211820 (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.