Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1999 PSA#2339

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

66 -- TRANSDERMAL WATER LOSS QUANTITATION SYSTEM SOL RQ99-024 DUE 052099 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Quotation No. RQ99-024. This procurement is being issued unrestricted. The Standard Industrial Classification is 3826 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-08. The NIOSH Dermal Exposure Team in HELD/EAB will be conducting various dermal absorption and disposition studies with different in vitro and in vivo animal or human-skin-grafted animal models. We will be developing a human skin grafted mouse/rat model and/or a pig model at HELD for potential application in occupational dermal risk assessment for humans. Occupational dermal exposure risk is solely depending on dermal penetration (local toxicity) and percutaneous absorption (systemic toxicity) of topically exposed toxic compounds. Before applying a newly developed animal model to predict human risk, it is essential to validate the model in terms of dermal penetration and percutaneous absorption by comparing the data from such a model with the existing human/target animal dermal absorption data. As a part of our research effort, various skin parameters related to cutaneous disposition of toxicants will be assessed using skin bioengenering equipment as listed below. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS: The National Institute for Occupational Safety and Health (NIOSH) in Morgantown, WV has a requirement for a transdermal water loss quantitation system. The following items manufactured by Acaderm, Inc., Menlo Park, CA. are known to meet the Government's requirement. Offerors shall offer brand name or equal to items listed below: Contract Line Item (CLIN) (001) SKICON 200, 1 Each (will be used to measure moisture in the skin using conductance); (002) TEWAMETER TM 210, 1 Each, (will be used to measure transepidermal water loss in the skin. This instrument is also capable of measuring temperature and relative humidity (RH %).) ACCURACY: WATER LOSS: plus or minus 10%, plus or minus 1.5 g/hm2 for humidity of more than or equal to 30 %, plus or minus 15%, plus or minus 1.0 g/hm2 for humidity less than 30 %; RELATIVE HUMIDITY: plus or minus 2.5% RH up to 30% RH, plus or minus 1.5% RH between 30 % and 90 % RH, plus or minus 2.5 % RH between 90 % and 100 % RH; TEMPERATURE: plus or minus 1 degrees C; NOTE: Accuracy is valid for normal climate conditions (15 degrees C -- 40 degrees C), TEWL values of less than 70 g/hm2; (003) Combined Seb/Corn/pH, 1 Each, (Sebumeter will measure the lipid production in the skin. The Corneometer will measure the moisture in the skin using capacitance. The pH meter will measure the pH directly on the skin); (004) MOOR DRT4 W/2 Probes, 1 Each, with 2 dual channel probes, (will be used to measure the blood flow in the microvaculature in experimental and control areas.) EVALUATION FACTORS: Offers will be evaluated on their ability to meet or exceed the stated specifications. The Government will evaluate based on F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the specifications above or your offer may be rejected. The Government intends to make one award to the responsive, responsible offeror whose proposal is most advantageous to the Government. 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 applicableto this acquisition as follows: 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era "; 52.222-36 "Affirmative Action for Workers with Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." DELIVERY: FAR Clause 52.211-9 "Desired and Required Time of Delivery" applies to this solicitation. The Government desires delivery of all items within 2 weeks after receipt of order. If an offeror is unable to meet the desired schedule, it may without prejudicing evaluation of its offer, propose a different delivery schedule provided it does not extend beyond the Government's required schedule as follows: 30 days after award of order. Quotes are due May 20, 1999, 2:00 p.m. local prevailing time. Fascimile 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 items equivalent to CLINs listed above ; (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive literature for evaluation purposes; and (5) 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. Posted 05/03/99 (W-SN326800). (0123)

Loren Data Corp. http://www.ld.com (SYN# 0283 19990505\66-0009.SOL)


66 - Instruments and Laboratory Equipment Index Page