SOLICITATION NOTICE
65 -- RECOVERY - Ferret Cages
- Notice Date
- 1/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- RML-RFQ-10002
- Archive Date
- 2/26/2010
- Point of Contact
- Julienne Keiser, Phone: 406-363-9370, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov
(jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act [ARRA] of 2009 and is subject to the reporting requirements of the Act. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and 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 procurement is being issued as a request for quotation. Submit offers on RML-RFQ-10002. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 dated 12/10/2009. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 332999 and the small business size is 500 employees. The National Institute of Allergy and Infectious Diseases, Rocky Mountain Laboratories, is seeking a Hubzone, 8A, Service Disabled Veteran or Small Business to provide three (3) modular ferret cage units of six (6) cages each with the following specifications: all stainless steel construction ventilated ferret cages. Each modular unit shall contain six (6) suspended stainless steel cages; each measuring at least 24"wide, 31" deep, and 16" high for a minimum of 5.0 sq. feet of floor area per cage. All cages must maintain a negative pressure in relation to the external environment utilizing a gasketed circular negative airflow plenum of no more than 4" in diameter. The plenum must utilize a HEPA filtered exhaust blower which can be ducted to the in-house system. There must be adequate perforations to provide airflow across the entire animal holding area. Each enclosure must include a gasketed stainless steel door with clear tempered safety glass windows. Hinged removable cage doors shall be constructed with the bottom half of the door a solid stainless steel panel and the top half a minimum of ¼" diameter rim vertical bars. The door shall feature a stainless steel "J" type feeder with hinged lid; a stainless steel 3" x 5" data card holder; and a bottle watering assembly consisting of a bottle holder, 16 ounce plastic water bottle, 5/8" diameter x 5" length sipper tube with double seal stopper. Floors shall be removable and shall be of a perforated design with perforations of appropriate size for ferrets. Each cage shall feature a removable stainless steel excreta pan. Cages shall include a squeeze-back panel capable of isolating the ferret to the front of the cage. Electrical specifications: blowers must operate on 115 VAC, 50/60 Hz. 75 watts nominal. UL & cUL. The modular cage racks shall be mounted on stainless steel swivel casters with a maximum of 5" diameter phenolic wheels with zerk lubricating fittings, and at least two front casters shall be provided with brakes. These cages will be used in a ABSL4 High Containment laboratory and must be able to withstand decontamination by chemical disinfectants commonly used in high containment environments including vaporized paraformaldahyde and quaternary ammonium disinfectants. FOB Point shall be Destination, Hamilton, MT. Delivery shall be not later than 30 days after receipt of order (ARO). Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Montana. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; and 3) Price and/or the Best Value to the Government; FAR 52-212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [along with its Alternate II] and specifically includes 52.203-15 Whistleblower Protections under ARRA; and 52.204-11 ARRA Reporting Requirements; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. Warranty information to include period and coverage, MUST be stated. In order to be considered for an award, offeror must; 1) agree to the ARRA Reporting Requirements; and 2) have completed the Online Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (jkeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 02/11/10. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML-RFQ-10002/listing.html)
- Place of Performance
- Address: ROCKY MOUNTAIN LABS, 903 S, 4TH STREET, HAMILTON, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN02050878-W 20100129/100127233854-338a535f83cd319178cc2605057b8182 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |