|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633National Institute on Drug Abuse, Division of Intramural Research, PO
Box 5180, Baltimore, MD 21224-0180 66 -- ANIMAL TEST APPARATUS SOL 00NIDA004TA DUE 071700 POC Tonya D.
Anderson 410-550-1527 This is a combined synopsis/solicitation for
commercial items/service prepared in accordance with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This notice constitutes
the only solicitation; quotes are being requested and a written
solicitation will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular number 97-15. SIC Code is 3821 and the size
standard is 500 employees. Contractor must provide the following items:
(12) Modular mouse test chamber with stainless steel waste pan &
polypropylene base measure 16"x11-1/2" w/ct modified tops and thumb
screws (1) SOF-700W WMPC: MED-PC Windows, (1) SOF-303W Turbo Pascal V
1.5 for windows, SOF-731 MPC2XL Data Transfer Utility, (6) ENV-022 PVC
Sound Attenuating Cubicle Inside dim: 22" x 15"H x 14"D, (12) Easy
clean base modification with hard plastic feet for easy sliding, (12)
ENV-307GF Stainless Steel Grid Floor, (6) House Light, (12) ENV-314
Nose poke with triple cue light, (6) ENV-203-20 Pellet Dispenser, 20mg,
(6) ENV-303 Pellet receptacle, (6) Cage speaker, user to provide white
noise source, mounted in SAC, (6) Response Feedback clicker, mounted
in SAC, (6) 2900 Hz Sonalert, mounted in SAC, (6) Drug Delivery:
PHM-100 Syringe Pump, single speed 3.33rpm w/dc control, stop switch,
and cable, (6) PHM-124A Multi-Axis Support Arm for Swivel (6) PHM-124B
25ga swivel, (6) PHM-124C Polysulfone Button and Spring, (6) SG-716B
Smart control connection panels, (6) SG-215-02-D1 Cubicle mounting
panel for SG-716B. (1) SOF-700L6 MSN procedures for ICSS, (8) ENV-018m
Melamine sound attenuating cubicle dim 22"wx22"hx14"d, (8) ENV-007
Modular test chamber, dual wall, (8) Lid Modular for plastic one comm..
(8) Sl2c two channel plastic one commutator, (8) ENV-005 stainless
steel grid floor, (8) ENV-007-FP filler panel package, (8) ENV-215m
house light, (8) ENV-110M standard response lever, (8) ENV-221M
stimulus light 1" white, (1) DIG-728 Serial microcontroller card, (4)
PHM-152/2 Programmable stimulator for ICSS two dual site stimulators
per unit w/isolated monitor output, (4) SG-219A stimular control cbl,
25' DB-9, (8) PHM-155B RG-58 cable 10' male BNC/BNC, (8) PHM-155C BNC
female to banana female adapt, (8) 305-491/2-80-TT2C plastic one 80cm
cablew/ individual banana connectors, (1) SG-6080C table top cabinet
and power supply, (1) DIG-700P1 Interface connection package w/1-DIG
704C interface card, 1-DIG-700C ribbon cable, 1-DIG-700D decoder card,
(1) SG-502 rack mount power supply 28v, 6 amp, (4) DIG 716P1 smartctrl
TM pkg, 4 input, 8 output includes: 4 DIG-716 connection panels, 1
SG-210CP-25 power cable 25', 3 SG-210CP-8 power cable 8', (4) cable
extension pkg. (8) Med-OFA-51 additional rat test chamber w/316 beam
I/R assays, 48 channel control, cable, (12) ENV-112BM Retractable
Response Levers, old style, (1) DIG-716 smartctrl interface module, 4
in, 8 out, (2) SG-716 smartctrl connection panel (1) DIG-700D Decoder
Code, (20) ENV-225SM White noise amplifier, speaker and cover. The
evaluation of quotes and the determination as equality of the product
shall be the responsibility of the Government and shall be based on
information provided for locating or securing any information which is
not identified in the quotation and reasonable to the purchasing
activity. To insure that sufficient information is available, the
vendor must furnish as part of their quote, all descriptive material
necessary for the purchasing activity to determine whether the products
meet all salient characteristics of this requirement. The Government
will award to the responsible offeror whose offer conform to the
solicitation and will be most advantageous to the Government, price and
other factors considered. Items are to be quoted FOB Destination and
delivery made to: NIH/NIDA, 5500 Nathan Shock Drive, Baltimore, MD
21224 within 60 days of award. The following FAR provision and clauses
apply to this solicitation: 52.212-1 Instructions to
Offerors-Commercial, 52-212-3 Representation and
Certification-Commercial Items, and 52-214-4 Contract Terms and
Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions
including clauses incorporated by reference under sect (b)(6). This
procurement is 100% small business set-aside and will follow Simplified
Acquisition Procedures in FAR Part 13. Faxed quotes will be accept at
410-550-3146 by 4:00pm on 7/17/00. Posted 06/28/00 (W-SN469384).
(0180) Loren Data Corp. http://www.ld.com (SYN# 0197 20000630\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|