Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2008 FBO #2376
SOLICITATION NOTICE

66 -- Ventilated Rabbit/Ferret Cage Unit

Notice Date
5/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00709
 
Archive Date
6/24/2008
 
Point of Contact
Regina R. Williams,, Phone: (870) 543-7012, Sandra K. Davis,, Phone: (870) 543-7469
 
E-Mail Address
regina.williams@fda.hhs.gov, sandra.davis@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Purchase Order on a sole source basis to Allentown, Inc. 165 Route 526, Allentown, NJ 08501. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR part 13.5. (i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-08-00709. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, April 22, 2008. (iv) The associated North American Industry Classification System (NAICS) Code is 332999- All Other Miscellaneous Fabricated Metal Product Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for the quantity of two (2) each for the following: ● Model No. RBV243116US6 Stainless steel construction ventilated rabbit/ferret cage units consisting of six (6) suspended stainless steel cages each measuring 24” wide x 31” deep x 16 high providing 5.0 sq. ft. of floor area with watering system, hinge removable cage doors, perforated removable floors, removable stainless steel excreta pan, 115 VAC, 50/60 Hz. 75 watts, nominal UL and cUL. Purchasing similar equipment can pose several problems for the consistency, efficiency, economy operations of the animal facility. This equipment will maximize the uniformity of the cages and reduce the risk of animal caging being interchanged between various types of automatic watering apparatus. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (vi) Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. (vii) FOB Point Destination. Delivery shall be made within 120 days after receipt of order (ARO) to the FDA/CBER, 9000 Rockville Pike, Bldg 29A Rm 1A17, Bethesda, MD 20892. (viii) The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price; The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service reputation. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act-Supplies,” the offeror shall so state and shall list the country of origin. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.225-1; 52.225-3 Alt I, 52.225-13 and 52.232-33. The following additional provision and/or clauses apply: 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The quotation must reference solicitation number FDA-SOL-08-00709. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Offers are due in person, by mail or fax on or before June 9, 2008 by 2:00 p.m. (Central Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OFFAS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov..
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e69ec43b1315ec1789a1cdd22e64d687&tab=core&_cview=1)
 
Place of Performance
Address: 9000 Rockville Pike, Bldg 29A RM 1A17, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01581154-W 20080529/080527215905-e69ec43b1315ec1789a1cdd22e64d687 (fbodaily.com)
 
Source
FedBizOpps 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.