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