Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOLICITATION NOTICE

66 -- Connecting Tunnel Assembly for Rabbit Cages

Notice Date
2/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, National Hansen's Disease Program, 1770 Physician Park Drive, Baton Rouge, Louisiana, 70816-1770, United States
 
ZIP Code
70816-1770
 
Solicitation Number
10-258-SOL-00007
 
Archive Date
2/27/2010
 
Point of Contact
Suzanne S Shumate, Phone: 225-756-3787
 
E-Mail Address
sshumate@hrsa.gov
(sshumate@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: 10-258-SOL-00007 Response Date: 12 February 2010 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 for 100% small business set-aside. T he associated small business size standard is 500 employees. This is a Combined Synopsis/Solicitation for laboratory animal caging. The Government intends to award a Firm Fixed-Price Purchase Order for, brand-name or equal as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. The National Hansen's Disease Programs (NHDP) Laboratory Research Branch requires the following: Item 1 - Connecting Tunnel Assembly, Allentown Caging Model No.RB8128TN-HDPE or equal. Description/Salient Characteristics: High Density Polyethylene (HDPE) tunnel assembly for connecting two Allentown Caging Model RB272718UP6 individual plastic 5 square foot rabbit cages in a standard ganged rack. Tunnel assembly shall have 1½" perimeter flange to allow flush mount to cage, grooves and slots for plastic closure door. One end shall be fitted with grooves to allow placement of a closable door and locking to the alternate cages. Entire assembly shall be removable for cleaning with no attaching hardware. Unit Size; OD 8" Wide x 12" deep x 8" high., The units shall be able to withstand sterilization by autoclave. All units shall be of a uniform size and design with interchangeable parts. Quantity 100 ea. Item 2 - Shipping/Handling Background: In collaboration with the NIAID IAA 2646, the NHDP maintains a colony of nine-banded armadillos as a basic resource in support of leprosy research. Armadillos are exotic laboratory animals and require adaptation of normal laboratory animal regimen. Standard plastic floored rabbit caging units, Model RB272718UP6 as manufactured by Allentown Caging and Equipment have been adapted for housing nine-banded armadillos. The armadillo is a mammal of similar size to laboratory rabbits but also has strong front and rear legs with long sharp claws and soft foot pads. These adapted caging units provide approximately 5 square feet of floor space per cage. Previous studies have shown that ganging cages within racks provides an enriched environment which necessitates less frequent cleaning. The Model. RB8128TN-HDPE connecting tunnels connect the cages when used for housing and breeding laboratory rabbits and are suitable for access by armadillos. The NHDP requires purchase of the tunnel assemblies to modify/adapt the government owned Model RB272718UP6 Rabbit Cages currently in use. The Government's required delivery date is 60 days after receipt of order. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The delivery address is the National Hansen's Disease Programs, Laboratory Research Branch, LSU-SVM, Skip Bertman Drive, Baton Rouge LA 70803. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria to meet or exceed the requirement's: 1) Technical Capability - Compliance with the technical requirements/description of the item, 2) Delivery and 3) Price. Technical capability and delivery. When combine, are significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. QUESTIONS DEADLINE: All questions must be received by email (sshumate@hrsa.gov) before 4:00 pm (1630) CST on 9 February 2010. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-5, Covenant Against Contingent Fees (Apr 1984). 52.203-7, Anti-Kickback Procedures (Jul 1995). 52.216-24, Limitation of Government Liability (Apr 1984). 52.216-25, Contract Definitization (Oct 1997) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 637(d)(4)(F)(i)). 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. 52.233-2, Service of Protest (Sep 2006) 52.233-3, Protest after Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Price Offerors must provide detailed information indicating their ability to meet the Government's requirements. All quotes shall include price(s), shipping and handling costs; FOB point; a point of contact (name and telephone number); the offerors' DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), a statement from the offeror verifying that they are CCR Registered under NAICS code 332999; proposed delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to National Hansen's Disease Programs, Laboratory Research Branch, LSU-SVM, Skip Bertman Drive, Baton Rouge LA 70803. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. NOTE: The Offeror must be registered in the Government's Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award. NHDP intends to make an award soon after the response date of this notice and all bids and modifications shall be submitted via email and be received by 3:00 PM (1500) CST on 12 February 2010 to the attention of Suzanne Shumate, sshumate@hrsa.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED. Contracting Office Address: National Hansen's Disease Programs 1770 Physicians Park Drive Baton Rouge LA 70816-3222 sshumate@hrsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8d7e9b54ca5387ed1d2621078e1475d)
 
Record
SN02056573-W 20100205/100203234922-e8d7e9b54ca5387ed1d2621078e1475d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.