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