Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174

National 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