|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 99 -- STAINLESS STEEL INDIVIDUALLY VENTILATED MOUSE/RAT CAGING SYSTEMS
SOL RFQ80225-NS DUE 092198 POC Patricia Haun, (301) 402-4509 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, No. RFQ80225-NS, includes all applicable
provisions and clauses in effect through FAR FAC 97-06. The acquisition
will be made pursuant to the authority in FAR 13.5 to use simplified
procedures for commercial acquisitions. This requirement is set-aside
for small business. The Standard Industrial Classification Code is
3496, and the business size standard is 500 employees. Requirement: The
National Cancer Institute requires caging systems with particular
features. Seven (7) stainless steel, separately ventilated, rodent
caging systems shall be individually supplied, and each animal cage
shall have HEPA-filtered positive pressure air, and shall exhaust each
individual cage. The unit shall have one supply and one exhaust blower
module. The exhaust shall have a 4 inch round hose connection for the
existing HVAC ceiling drops. The systems shall be complete with
compatible cages, tops, filters, and ink water bottles, and PPC-card
holders permanently attached horizontally to the cages. The systems
shall be designed to minimize exchange of air between animal cages,
provided HEPA-filtered air to each cage, and capture effluent air from
each cage for exhausting through the exhaust blower module allowing
the caging systems to provide individual ventilation and exhaust for
the cages. Air velocities within the cages shall be a mean of less than
50 linear feet per minute and provide a minimum mean of 30 intracage
air exchanges per hour. The Contractor shall also provide five (5)
Stainless Steel, individually ventilated Mouse Caging Systems that
shall be able to house at least 96 expanded small mouse cages with
dimensions of at least 78 square inches of floor space and greater than
5 inches of height per cage. The mouse cage housing capacity shall be
Thoren Model #5-96-8-12-2-4TM or equal. Each of these units shall also
be able to provide individually ventilated air to mouse cages and
shall capture effluent air from mouse cages. The five (5) stainless
steel racks shall come with at least 720 each #5APPC Thoren
autoclavable polycarbonate cages with flapper grommets or equal. The
grommets shall be located 2 inches from cage floor mouse cages, at
least 720 each polycarbonate filter, Thoren #5 or equal, covers at
least 384 autoclavable polycarbonate ink water bottles, five (5) each
Edstrom or equal stainless steel reverse "S", auto watering with
96-A-154 valves, and quick disconnect installed on ladder rack end, 600
each Thoren 5B MS or equal autoclavable cage covers of stainless steel,
4 each wash baskets (4X6 configuration with 3 1/4 inch centers,
stainless steel with locking covers) for ink water bottles, 6 each
water bottle cap removers stainless steel. The bottles shall include
stainless steel caps each with a device appropriate for the delivery of
water to mice in a fashion which will meet AAALAC requirements (sipper
tube or equivalent), at least 720 each PPC identification 3x5
horizontal card holders, permanently attached to the cages. Shall
include a source HEPA filtered supply and exhaust air for each of the
units. Each caging system shall be on wheels with stainless steel
casters to facilitate transport. The caging systems shall operate using
standard 120 volt electrical outlets and require no more than one
outlet per unit. Except for the removable pre-filters, HEPA filters,
associated gauges, and removable electrical connecting box, the caging
systems shall be easily dismantled external and internal surfaces may
be washed or become autoclavable. The systems shall allow for easy
change from a negative to a positive mode by adjusting the dampers in
the blower modules. The vendor shall also provide two (2) each --
Stainless Steel, individually ventilated rat caging systems: These
caging systems shall individually supply each animal cage with
HEPA-filtered positive pressure or negative with one supply & one
exhaust blower module. Air from the cages shall be exhausted in the
existing room ceiling drops. The exhaust shall have a 4 inch round hose
connection for the HVAC ceiling drops. The systems shall be complete
with compatible cages, tops, filters, and PPC card holders as described
below. The systems shall be designed to minimize exchange of air
between animal cages, provide HEPA-filtered air to each cage, and
capture effluent air from each cage for exhausting. The caging systems
shall provide individual supply and exhaust to each cage. Air
velocities within the cages shall be a mean of less than 50 linear feet
per minute and provide a minimum mean of 30 intracage air exchanges per
hour. Each stainless steel caging system shall be able to house at
least 30 rat cages with dimensions of at least 210 square inches of
floor space and greater than 8 inches of height per cage. Each rat cage
system's housing capacity shall be that of the Thoren Mod.
#6-30-6-5-2-4TM or equal. When fully set up with rat cages, each unit
shall be able to house at least 150 rats of less than 400 grams weight
under current AAALAC space requirements. The two (2) stainless steel
racks shall come with at least 120 Thoren #6 APPC or equal compatible
autoclave polycarbonate rat cages with flapper grommet located 4 inches
above the floor of the cage, 120 each autoclavble stainless steel,
Thoren #6 or equivalent covers, at least 2 each Edstrom or equal
stainless steel reverse "S", auto watering with 30-A-154 valves and
with quick disconnect installed on the ladder rack side, and 120 -- 3
inch x 5 inch horizontal PPC identification card holders, permanently
attached to the cages. The systems shall also include a source of HEPA
filtered supply and exhaust air for each of the two (2) caging
systems. Each caging systems shall be on wheels to facilitate
transport. The caging systems shall operate using standard 120 volt
electrical outlets and require no more than one outlet per unit. The
plugs shall be conventional three prong type. Except for the removable
pre-filters, HEPA filters, associated gauges, and removable electrical
connecting box, the caging systems shall be able to be washed or
sterilized. The systems shall have the capability of being easily
dismantled so external and internal surfaces may be sterilized. The
systems shall allow for easy change from negative to a positive mode by
adjusting the dampers in the blower modules. The caging systems should
come complete with at least a 1 year warranty. The vendor will set-up
and demonstrate proper use of the caging system at the NIH 6 weeks
after the delivery of the systems. To assure the continual availability
of supplies for these housing systems, the manufacturer must have
marketed individually ventilated rodent caging systems for at least 2
years prior to submission of the bid and sold at least 5 units per year
during each of those 2 years. D. Offers, Evaluation, and Basis for
Award Offerors must provide descriptive literature, warranties, a
proposal, and/or other materials that demonstrate that their offer
meets the foregoing requirements. The purchase order will be issued to
the responsible offeror with the lowest price that fully meets the
requirements of the solicitation. Furthermore, delivery shall be FOB
Destination or FOB Origin with transportation insurance provided by the
vendor, and inside delivery shall be provided to Building 10, Room
B2B36, Bethesda, Maryland 20892 within180 days after receipt of the
order. The Government shall reimburse those vendors with standard
commercial terms of FOB Origin for all transportation insurance. The
following FAR provisions and clauses apply to this acquisition: FAR
52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS; FAR 52.212-2,
EVALUATION -- COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS
AND CERTIFICATIONS -- COMMERCIAL ITEMS -- WITH DUNS NUMBER ADDENDUM;
FAR 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. The following FAR clauses cited in paragraph
(b) of the clause at FAR 52.212-5 are also applicable to this
acquisition: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35,
AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM
ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES;
FAR 52.222-37, EMPLOYMENT RECORDS ON DISABLED VETERANS AND VETERANS OF
VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT -- SUPPLIES. Full text
copies of the representations and certifications or other cited
provisions and clauses may be obtained from Patricia Haun, Purchasing
Agent, on (301) 402-4509 or by fax on (301) 402-4513. Offers must be
submitted on an SF-18 or SF-1449 with a completed "Schedule of Offered
Supplies/Services." Offers must be accompanied by a completed "Offeror
Representations and Certifications- Commercial Items -- with Duns
Number Addendum," signed by an authorized representative of the
offeror. Offers must also be accompanied by descriptive literature,
warranty information, and/or other information that demonstrates that
the offer meets the foregoing requirements and information on the
offeror's experience in providing similar equipment. Offers and related
materials must be received in this office no later than 3:00 pm EST on
September 21, 1998. Please cite the solicitation number, RFQ80225-NS,
in your offer. Posted 09/02/98 (W-SN244843). (0245) Loren Data Corp. http://www.ld.com (SYN# 0325 19980904\99-0002.SOL)
99 - Miscellaneous Index Page
|
|