SOLICITATION NOTICE
56 -- Research Respiratory Chamber
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- National Institutes of HealthNational Institute of Diabetes andDigestive and Kidney DiseasesBethesdaMD20892-7511
- ZIP Code
- 20892-7511
- Solicitation Number
- NIHDK2009205
- Response Due
- 9/15/2009
- Archive Date
- 10/15/2009
- Point of Contact
- GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov
- E-Mail Address
-
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- 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 NIHDK2009205 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 2005-17. The North American Industry Classification (NAICS) Code is 236220. The business size standard is $33.5 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the Installation of Whole Room Indirect Calorimeter. The Obesity and Diabetes Research Section of the Phoenix Epidemiology and Clinical Research Branch Phoenix performs studies investigating the etiology of obesity and type 2 diabetes. As part of the sections ongoing work, the section measures energy expenditure in a whole room calorimeter. Within an existing 15 x 15 room with an 8 foot false ceiling (so can allow taller structures), the vendor will design and install an airtight room which includes a floor with a foot print of approximately 11 x 9 feet, with a height of 8 to 9 feet. The vendor will include in the installed room a door which when closed renders the room nearly airtight and can only be opened from the outside. The vendor will also include in the installed room an airlock of at least 3x3x4 feet to allow food to be passed into the room to minimize outside air from getting into the room, and to allow a healthy individual to climb out of the room in case of emergency. The vendor will include a window within the design in a wall with views outside via an outer facility window, a window within the door, and a window within the airlock. The vendor will design and fit the room with an air flow coil to keep the air within the room adequately mixed for sampling purposes. The vendor will also assure that the room will remain at constant temperature control to 22 1 Celsius (cooling/heating system will be placed on roof above floor which is on top of the facility). The vendor will provide appropriate sampling ports within the chamber to allow the well mixed gas within the chamber to be drawn out of the chamber for measurement. The vendor will assure that installation of the chamber will include light fixtures, outlets and electrical wiring (120V) inside the chamber. The vendor will also include plumbing fixtures inside the chamber for sink and toilet. The vendor will allow for sprinkler system within the chamber. The vendor will as appropriate work with local engineering facility staff to assure proper hook-up of plumbing and electricity to facility water and electrical. The vendor will also work with engineering to assure proper hook-up of heating/cooling unit on roof above room in which chamber is to be installed. Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), 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: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number.* If past performance questionnaire is available, please submit. 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 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 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 on September 15, 2009. The quotation must reference Solicitation number NIHDK2009205. 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 Library of Medicine, 6707 Democracy Blvd., Room 773, Bethesda, Maryland 20817, Attention: V. Lynn Griffin. Original Copies Accepted No Email or Fax Submissions Will Be Accepted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHDK2009205/listing.html)
- Record
- SN01936583-W 20090903/090902010818-7d77e7d1b458895d82ecc1b48526e07e (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 |