Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430

National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room 6100, MSC 7902, Bethesda, MD 20892

65 -- MEDICAL, DENTAL AND VETERINARY EQUIPMENT AND SUPPLIES SOL NHLBI-PS-99-501 DUE 092799 POC Cecilia D. Morales, Purchasing Agent (301)435-0369, Debra C. Hawkins, Chief, Procurement Section, (301)435-0366 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number NHLBI-PS-99-501, and is issued as Request For Quotation (RFQ). This solicitation includes all applicable provisions and clauses in effect through the Federal Acquisition Circular 97-12. This requirement is a Small Business set aside. The Standard Industrial Classification (SIC) code is 3496, Size Standard 500. The item to be acquired is one (1) custom designed Isolation Cubicle System. This custom designed Isolation Cubicle System will be used to facilitate species separation during the postoperative period in the 14E Intensive Care area at the National Institutes of Health (NIH) in Bethesda Maryland. The design must be completed in accordance with the ANIH Guide,Rules and Regulations for the Care and Use of Laboratory Animals.@ The cubicle will provide a room within a room space and help the researchers to meet the requirements as set for by the NIH guide. This will require minimal physical space renovation of the room do to a self contained system which may use the current HVAC system. The Animal Isolation Cubicle must be constructed primarily of stainless steel, be state-of- the-art with electrically powered doors and must be ergonomic considerate. The air handling system must be efficient with HEPA filtration and an electronic environmental control system providing the lowest operating noise level in the industry with no high frequency sound emissions. The isolation cubicle system must based upon the design and theories formulated by C. W. Doloway when the original 'Illinois Cubicle' was developed at the University of Illinois, Biological Research Laboratory in the late 1 950's. However, this system design must incorporates current technologies which are requiredto address the needs of a sophisticated and highly controlled scientific process. The design must also addresses the physical safety and comfort for the animal care givers who are required to utilize equipment repetitively. The Animal Isolation Cubicle System shall meet the following minimum specifications: (1) Operational Control Package, Includes: Air flow rate, pressure mode (positive or negative), light cycle, light intensity level, and individual cubicle monitoring controlled by a PLC (Programable Logic Controller) with a digital display and keypad entry system on the face of each unit. Air flow may be adjusted from 10 -- 30 ACH. Differential pressure can be maintained between .05 and .30 inches due to the seal and closure capabilities obtainable with a powered door system. Each individual unit can be locally controlled via an operator interface, or multiple units can be linked to a central location for all monitoring and controlling functions as well as data recording. The digital display provides aconstantly revolving presentation of the environmental conditions in the cubicle. Definable settings and monitor points include: Pressure Mode ( positive' or 'Negative' Differential Pressure), Air Exchange Rate (Air Changes per Hour), Differential Pressure (Expressed as Ainches of Water Column@), Lighting cycle, High and Low Alarm settings for temperature and humidity, and Un-interruptible Power System. (2) Powered Door Feature must: Eliminates requirement for user to constantly bend to floor level to release and lift the telescoping door system manually or close door system. Provides a more consistent and secure seal for maintaining differential pressure. Uses a durable chain and motor system. Doors must be controlled by push-button switches located on the front of the door jamb and on the inside of the unit. Push-button control switches include: Door "UP", Door ADOWN@, Door 'STOP', and Automatic Safety DOOR STOP. Manual operation is required in the event of a power failure. (3) Lighting Control: Two water-tight stainless steel light fixtures are provided, one inside each side of the door jamb, and each with a 4 foot 40 watt flourescent tube. The lighting controls must have manual overrides to be set with variable duration. (4) Noise & High Frequency of Air Handling Unit (AHU): The decibel level within an unoccupied cubicle must be 64db. No high frequency emissions should be detected during normal operation. (High frequency emissions are very stressful to rodents and a critical factor for consistency of test results). (5) Un-interruptible Power Supply (UPS): Must provide an emergency power system to operate blowers normally for approximately 46 minutes to bridge the time of a power failure. The operational sequence during an electrical power failure must be user definable and should immediately switch to internal back-up battery power Turn 'off' lighting to conserve battery power. Maintain blower Operation and air flow for approximately 45 minutes until the battery capacity s reduced to 25% . The blowers are to shut down when low battery level is detected. The controller unit automatically opens the doors when the blowers are shut down. When the power returns, the controller detects automatically closes and reseals the door and restarts air supply, control system and light cycle. At no cost to the Government, a pre-proposal site visit will be held with prospective offerors at The National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland 20892, Building 14E, Room 106D on September 21, 1999 at 10:00 A.M. Eastern time. The pre-proposal site visit will be held for the purpose of providing information concerning the Government's requirements which may be helpful in the preparation of proposals and for answering any questions which you have regarding this solicitation. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Government's desired delivery and acceptance schedule of the complete project is from ninety (90) to one hundred and twenty calendar days from the award date of the contract. The provisions of FAR Clause 52.212-1, Instructions to offerors -- Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. A detailed technical proposal must be submitted to include design specifications, design drawings, delivery schedule, installation plan, and warranty provisions. Award will be based upon the acceptance of an technically superior proposal. The technical proposals will be evaluated based upon compliance to the specifications provided in this synopsis and the noted references. A cost proposal must be submitted to include a fixed unit price and list price for the Animal Isolation Cubicle System, installation charges (which must be performed by certified factory personnel only) shipping, handling and freight charges. The Offerors must include a completed copy of the provision of FAR Clause 52.212-3, Offerors Representations and Certifications -- Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The offerors must provide three (3) copies of the proposal, descriptive literature inclusive of detailed specifications as part of the quotation, warranty and total U.S. dollar amount. FAR Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes or executive Orders -- Commercial Items -- Deviation for Simplified Acquisitions, applies to this acquisition. Interested vendors capable of furnishing the government with the product specified in this synopsis should submit a quotation to the below address. The quotation must reference ARequest for Quotation@ number NHLBI-PS-99-502. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis by 3:00 p.m. E. T. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia D. Morales, Purchasing Agent, Fax number 301-480-3345. Fax quotations will only be accepted if dated and signed by an authorized representative. Posted 09/09/99 (W-SN378555). (0252)

Loren Data Corp. http://www.ld.com (SYN# 0417 19990913\65-0008.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page