Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
DOCUMENT

66 -- Primate Caging - Attachment

Notice Date
9/9/2019
 
Notice Type
Attachment
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q1329
 
Response Due
9/12/2019
 
Archive Date
10/12/2019
 
Point of Contact
Anthony Dela Cruz
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26219Q1329 Posted Date: 09-09-2019 Original Response Date: 09-12-2019 Current Response Date: 09-12-2019 Product or Service Code: 6640 Set Aside (SDVOSB/VOSB): Small Business set-aside. NAICS Code: 332618 Contracting Office Address Department of Veteran Affairs       SAO West, Network Contracting Office-22 4811 Airport Plaza Drive, Suite 600   Long Beach, CA 90815-1263 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The Government intends to award a single Firm-Fixed Price (FFP) award contract. No quotes will be accepted past due date. The associated North American Industrial Classification System (NAICS) code for this procurement is 332618, with a small business size standard of 500 employees. The Department of Veterans Affairs Network Contracting Office-22 is seeking to purchase twenty (20) primate cages to house non-human primates (rhesus monkeys) that will be used by Research Services at University of California, San Diego, Tuszynski Laboratory, 9500 Gilman Drive, La Jolla, CA 92093. Notice: Re-manufactures or Gray Market items/ supplies will not be acceptable. Interested parties of RFQ must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. No exceptions must be a manufacturer-authorized distributor. In accordance with FAR 52.211-6, the technical specifications for this requirement is listed as brand name or equal purchase description as authorized in FAR 11.104. Below are salient physical, functional, and performance characteristics that must be met with brand name or equal product. Below salient characteristics must be met with brand name or equal purchase description. Must have vertical separation to allow for single squeeze back restraint. Cage dimensions: approx. 45wide x 53deep x 82high. At minimum 20% larger than a standard European primate cage. Size will allow adequate space for subjects. Must include standard characteristics of European primate caging such as feeder, trays, etc. Must have upper and lower compartment dividers. Must have squeeze ability with the larger size cage. Include full, swinging front doors for upper and lower compartments with integrated sliding transfer doors. Must have Retractable, self-storing telescoping floor separates upper and lower compartment. Must have Pultruded fiberglass bar flooring. Include basket-style squeeze with heavy duty, single handed, indexing lock pin. Include integrated bracketing for removable enrichment devices. Primate cages shall be made of flattened, crimp locked, woven wire mesh for safety and allow interaction between staff and non-human subject. Bar spacing shall allow laboratory staff to interact with the subjects. Brand name Information: Britz & Company Lagom4Home Cage (041775) individual housing. The salient characteristics herein are descriptive, not restrictive and to indicate the quality of supply that will be satisfactory. The purpose is to accomplish salient characteristics that fulfill primate caging to house Rhesus monkeys at the Tuszynski Laboratory University of California San Diego. It is responsibility of interested source to demonstrate to Government they can provide the supply that fulfill the required specifications. Place of Performance Address: VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA Postal Code: 92161 Country: UNITED STATES Delivery shall be provided no later than 150 days after receipt of order/award of contract. Award shall be made to the vendor whose quotation offer most advantageous to the Government considering price. The government will evaluate information based on price evaluation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 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 VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) The following subparagraphs of FAR 52.212-5 are applicable: b(4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct. 2018) b(8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) b(22) 52.219-28 Post Award Small Business Program Representation (Jul 2013) b(25) 52.222-3 Convict Labor (June 2003) b(26) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2018) b(27) 52.222-21 Prohibition of Segregated Facilities b(28)(i) 52.222-26 Equal Opportunity (Sep 2016) b(30)(i) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) b(33)(i) 52.222-50 Combating Trafficking in Persons (Mar 2015) b(42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) b(47)(iii), 52.225-3 Buy American-Free Trade Agreements0Israeli Trade Act (May 2014) b(49) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) b(55) 52.232-33 Payment by Electronic Funds Transfer-Other than System for Award Management (Jun 2013) All quoters shall submit the following: 1 copy of the quote. All quotations shall be sent to the Contract Specialist electronically. This is an open-market combined synopsis/solicitation for the product as defined herein.    The government intends to award a purchase order or delivery order/task order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quoters must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Thursday September 12, 2019 by 6:00 a.m. Pacific Time. Email offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Anthony Dela Cruz, Anthony.DelaCruz@va.gov. Point of Contact Anthony Dela Cruz, Contract Specialist Anthony.DelaCruz@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q1329/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26219Q1329 36C26219Q1329.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5145495&FileName=36C26219Q1329-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5145495&FileName=36C26219Q1329-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
 
Record
SN05436742-W 20190911/190909231021-216a51f9a7c6dbe4a1028f2afaaacb1a (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.