Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- EIGHT CHAMBER ACTIVE/PASSIVE AVOIDANCE SYSTEM SOL RQ98-017 DUE 041798 POC Brenda Goodwin, 304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. RQ98-017. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. The request for quotation is being issued unrestricted under Standard Industrial Classification Code 3826 with a size standard of 500 employees. Delivery is desired no later than 30 days after receipt of contract. Offers shall be submitted for one each of the following items (Columbus Instruments or equal) or functionally equivalent products which meet the specifications below: (001) PACS-30 Shuttle Box Master #1371-D37; (002) PAC-S Slave #1372-D37; and (003) Automated Door #1380-D37. If any discounts apply, they should be included in your offer. SPECIFICATIONS FOR EIGHT CHAMBER ACTIVE/PASSIVE AVOIDANCE SYSTEM: A system is required that would allow eight animals to be tested in active or passive avoidance. The system shall allow user-programmed series of stimulus with user defined start time, duration, intensity for simultaneous operation of all eight chambers. The system shall be able to track the movement of the test subject from one compartment to another following visual and acoustic stimulus applied to subject with a stimulus current maximum of 1.5 milliampere, a current maximum of 160 volts. The avoidance cage dimensions shall be approximately 19"L x 9"W x 10.75" H. The cage shall accurately test or accommodate both rats and mice. The cage shall be made of an easily sanitized material such as stainless steel. EVALUATION FACTORS: Offers will be evaluated on their ability to meet or exceed the stated specifications and demonstrated past performance on contracts of similar size and complexity to this requirement Technical proposals and cost or price are approximately equal in importance. The Government intends to make a single award to the responsible offeror whose proposal conforms to all requirements of the solicitation and is considered the best value to the Government. Offers shall be proposed based on F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must clearly demonstrate that all items offered meet or exceed the salient features stated or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." Facsimile submissions are not authorized. SUBMIT THE FOLLOWING TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1) original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Pricing Schedule for each contract line item and a delivery schedule for each; (3) descriptive literature and other information demonstrating compliance with specification for evaluation purposes; (4) completed Representations and Certifications -- Commercial Items, FAR 52,212-3; (5) Past performance information (include names and addresses of Company/ Government Agency, name and telephone numbers of customer contactsalong with contract number, and description of work performed with your offer.) and (6) acknowledgment of solicitation amendments, if any. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information regarding this notice can be obtained from Brenda Goodwin at (304)285- 5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency (0085)

Loren Data Corp. http://www.ld.com (SYN# 0261 19980330\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page