SOLICITATION NOTICE
66 -- Upgrade of a Metabolic Chamber
- Notice Date
- 8/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455
- ZIP Code
- 20892-5455
- Solicitation Number
- NIH-NIDDK-05-473
- Response Due
- 9/8/2005
- Archive Date
- 9/23/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-05-473, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-03. The North American Industry Classification (NAICS) Code is 335312 and the business size standard is 1000 Employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to purchase an Upgrade of a Metabolic Chamber located in Phoenix, AZ from Advanced Bio-Solutions LLC, 755 Stoney Creek Ave., Baton Rouge, LA 70808. This upgrade will enhance the current respiratory chamber to a fast-responding respiratory chamber. The contractor shall provide the following services: The contractor shall provide the materials needed for the chamber upgrade (as a Fast Response Start-up Kit), which should include all of the high-precision sensors needed, high-end gas sampling and conditioning devices, and high-resolution data acquisition workstation with the fast-response chamber software. The contractor shall inspect to make sure that all needed materials and equipment are present prior to beginning the chamber upgrade. The contractor shall set-up, mount and integrate all chamber hardware components, sensors, plumbing, and accessories. The contractor shall integrate all sensors (pressure, temperature, humidity, activity, and flow) to the data acquisition board and verify accuracy of data. The vendor shall perform zero and span calibration, and quantify noise level (given air sampling ports, air mixing, and temperature fluctuations) on oxygen and carbon dioxide analyzers. The contractor shall propose alternative sampling options and additional software techniques to suppress noise if necessary. The contractor shall determine the accuracy of the chamber using a series of propane burns. The contractor shall achieve 5 23 hour propane burns with errors under 2%. The contactor shall conduct these initial propane burns using a 30 minute noise suppression window. The contractor shall then modify the software to a 15 minute noise suppression window. The contractor shall again achieve 5 23 hour propane burns with errors under 2%. The contractor shall optimize the noise suppression window. The contractor shall validate the time resolution of the chamber by injecting a 20% CO2, 80%N2 mixture for various interval durations. The contractor shall conduct full 24 hour chamber measurements on 3 volunteers, which shall include bouts of exercise. The contractor shall collaborate in conducting a study of 24 hour chamber measurements in 10 volunteers for reproducibility of 24 hour energy expenditure, 24 hour respiratory quotient, and short term energy expenditure and respiratory quotient. The contractor shall provide staff with the Operator?s Chamber Manual, and provide on-site training for the entire chamber system to staff. The contractor shall also discuss possible other software features with staff for future studies. The contractor shall provide a one year warranty for labor. The contractor shall complete the upgrade project within 5 months of the starting date. This notice of intent is not a request for competitive quotations however, all responses received, within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or September 8, 2005. The quotation must reference ?Solicitation number? NIH-NIDDK-05-473. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 774C, Bethesda, Maryland 20817, Attention: Patricia Haun. FAXED COPIES WILL NOT BE ACCEPTED.
- Place of Performance
- Address: Phoenix, Arizona
- Record
- SN00879203-W 20050827/050825211818 (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 |