Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

99 -- Ventilated SealSafe Mouse Caging System

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD2010082-A
 
Archive Date
9/14/2010
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
tr207f@nih.gov
(tr207f@nih.gov)
 
Small Business Set-Aside
N/A
 
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 NICHD2010082-A 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 2005-44. The North American Industry Classification (NAICS) Code is 339999 and the business size standard is 500 employees. This solicitation is a set aside for small business. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to procure on a sole source basis with Tecniplast USA, Inc – 180 Gordon Drive- Suite 109 – Exton, PA, to supply three (3) Ventilated SealSafe Mouse Rack caging system that are compose of the following: 1. VENTILATED TOP FLOW EB MOUSE RACK, MDL# 2T MDL# 2T-162MACC30CA WITH FLEXIBLE HOSE; MDL# 2T 162MACC30CA and ITEM# ACSCVF70M130R,POLYSULFONE CAGE BODIES -QUANTITY: 3 EA 2.UNIVERSAL SMART FLOW WITH TOUCH SCREEN FOR ALL IVC RACKS EQUIPPED WITH TRANSMITTER TX FOR REMOTE ALARM SYSTEM RAS AND PREARRANGED FOR WDM, ITEM# BOX110SF – QUANTITY: 2 EA 3.ADDITIONAL CAGE SETUPS; MDL# 1145 T WITH POLYSULFONE CAGE BODIES ; ITEM# 1145T00SU, STAINLESS STEEL LIDS WITH NYLON SEAL; Item# 1145T199, POLYSULFONE TOP (SealSafe) FLOW CAGE TOP and ITEM# 1145T481SU, 260 ML POLY – QUANTITY: 122 EA 4.S/S CRATE FOR 18 BOTTLES 260 ML 19.7 X 10.5 X 9.6" ; ITEM # 9LBCB18263 – QUANTITY: 30 EA 5.S/S DROP IN LIDS FOR 18 BOTTLE CRATES ; ITEM # 9LBCBACUN3 – QUANTITY: 30 EA 6.PLASTIC SEPARATING DIVIDER RED POLYCARBONATE WITH STAINLESS STEEL FRAME FOR 1145 T ITEM # 1145T882 – QUANTITY: 100 EA 7.STAINLESS STEEL LID FOR CAGE 1145t for use with top 1145T490SU; ITEM# 1145T301 – QUANTITY: 100 EA The caging system shall meet the following requirements: 1)Provide a high number of individually ventilated cages in a single-sided rack not to exceed 72 inches in length. Each cage shall be 14.53” (L) x 6.142” (W) x 5.197(H) with a floor area on 67.43 square inches so it can hold 4 adult mice. 2)Racks fully loaded with cages, water bottles, etc., shall be mobile and easy to move so personnel do not strain or injure themselves when moving/replacing racks. 3)Ventilation blowers shall be quiet and prevent transmission of fan vibration to the rack and cages. Prefer ventilation units that are separate from the racks and service multiple racks to reduce the number and cost of the blowers required. 4)System shall allow cages to be run in either a positive or negative pressure to the room. 5)Individual cages shall be easy to remove from the rack with a minimum of repetitive motions required, e.g., minimum drag on cage being removed from rack, self seating cages to eliminate the need for “locking” devices that shall be turned to insert or remove cages from racks, etc. 6)Individual cages shall have good visibility so animals can easily be seen in the rear of the cage during daily rounds without having to remove the cages from the racks. Racks should not have opaque shelves immediately above the cages that block light and limit visibility. 7)Cages shall have “external” water bottles, so the cage does not have to be removed from the rack in order to change/replace a water bottle. 8)Cages shall have an internal wire bar lid so one animal can be removed and handled and cage mates will still be “contained” in the cage. 9)Prefer cage wire bar lids with integral feed hopper. 10)Cages lids shall have sufficient filter media surface that cage is adequately ventilated while removed from rack or during power outages for up to 24 hours. 11)Cages shall fit special flow tops, cage dividers, and wire lids that accommodate the use of 2 water bottles. 12)Shall have Plastic Top Load Cage Card Holder BACKGROUND: For over five years the Fishers Lane Animal Center (FLAC) has been equipped with mouse caging systems designed and manufactured by Tecniplast USA. Existing mouse racks and components with FLAC are all designed and manufactured by Tecniplast USA. Cross compatibility with existing and future equipment is critical to daily management and function of the FLAC animal facility program. For consistency and reliability regarding behavioral testing it is very important to use the same caging accessories we have been using for over five years (cages, blue flow tops, seal safe tops, wire lids, supply and exhaust units) and the same concept we learned from our previous experiences using the same equipment. Finally it is important to mention that we are using exclusively 3 types of rodent caging equipment at the Fishers Lane Animal Center (FLAC): Vendor X for rats, Tecniplast for mice, and Vendor X (disposable caging) for quarantine area and toxicological studies. Adding a 4th type of caging equipment will create a problem storage given the limited storage space we have. The current ventilated caging equipment currently used for behavioral characterization, learning and memory and psychopharmacological studies conducted in mice are very efficient and respond to the NIH/FLAC investigator need. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations however, all responses received, within 11 days from the date of publication of this synopsis will be considered by the Government. 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 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 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 offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at https://www.acquisition.gov/Far/. Interested vendors capable of furnishing the government with the service/product specified in this synopsis shall submit two (2) copies of their quotation to the below address. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due fifteen (11) calendar days from the publication date of this synopsis or by September 13, 2010 by 3pm EST. The quotation must reference “Solicitation number” NICHD2010082-A. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5Z00, Bethesda, MD 20852. Attention: Tina Robinson. Faxed or Email copies of responses/ quotations will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD2010082-A/listing.html)
 
Record
SN02267140-W 20100905/100903234642-af36ef2eda65251ad51d9b81cb50650a (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.