SOLICITATION NOTICE
66 -- Small Animal Caging Systems and Equipment
- Notice Date
- 5/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1085524
- Archive Date
- 6/7/2011
- Point of Contact
- Sondea Blair, Phone: 8705437469
- E-Mail Address
-
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1086711. This solicitation is issued as a Request for Quote (RFQ) and is a Small Business Set Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industry Classification System (NAICS) Code is- 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing. Small Business Size Standard is 500 in number of employees. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on May 23, 2011 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 432Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov, phone (870) 543-7469, or fax (870)-543-7990. Only new materials will be considered. Used and refurbished caging and equipment is not acceptable. The Food and Drug Administration is soliciting brand name or equal quotes for: Item 1. 36-Cage Ventilated Mouse Racks with Cages and Automatic (CD3) Watering System, Quantity of six (6) systems Product should be Allentown or equal to Allentown Number MS10196U36MVCD3‐3X 36 cage Micro‐Vent Rack with 10196 Cages Includes the following: • (36) 10196 mouse cage systems • cage bottom (PC10196MVCD3), filter top (MBT1019HTSB), • wire bar lid (WBL1019MSMD) & vertical plastic cardholder (VH35P5‐14) • Edstrom CD‐3 automated watering system (valve integral to cage) • Watering system manifold includes combination online flush and manual flush features • Rear mounted plenums • Split Platforms • EcoFlo Supply Blower • EcoFlo Exhaust Blower with Transition Plate Caging and Rack Specifications: • The rack system should consists of 72 individual 18 gauge stainless steel split platform supports mechanically locked to ¾" x ½" rectangular with approx. 16 internal tubular uprights. • Stainless steel wire bar lids • Stainless steel vertical flip-up cardholder • 36 Polysulfone micro-barrier systems (152 square inches). • Split Platforms for increased visibility and decreased weight • Automatic watering system (valve integral to cage) • Watering system manifold with online flush and manual flush features • Easy cage latching mechanism • Plate mounted casters with approximately 5" phenolic wheels • Rear mounted vertical supply and exhaust plenums • The entire assembly shall be plate mounted on stainless steel casters • Hepa Filtered supply and exhaust blower (HEPA filtered air should be delivered at 50-70 Air changes per hour to each individual housing Unit). Automatic Watering Specifications: • The shielded drinking valve should be located in the cage and permit the valve assembly and air inlet diffuser to travel with the cage for sterilization. • The drinking valve must be compatible with hyper-chlorinated or acidified water and autoclavable to 300 degrees F. Item 2. Polysulfone Mouse Cages (to be used in caging system identified in Item No. 1), Quantity of 300 cages. Product should be Allentown or equal to Allentown Number PC10196MVCD3 High temperature polysulfone mouse cage with CD3 watering Item 3. 70-Cage Mouse Vent Racks with Automatic Watering, Quantity of four (4) systems Product should be Allentown or equal to Allentown Number MSJU70MVSPCD33X Includes the following: • Ventilated rack structure to house 70 JAG 75 mouse caging systems • Split Platforms for increased visibility and decreased weight • (70) JAG 75 mouse cage systems • cage bottom (PC75JMVCD3), filter top (MBT7115RH‐HR), • wire bar lid (WBL7115SMD‐RP) & vertical plastic cardholder (VH35P5‐7) • Edstrom CD‐3 automated watering system (valve integral to cage) • Watering system manifold includes combination online flush and manual flush features • Edstrom "Easy Lock" cage latching mechanism • Plate mounted casters with 5" phenolic wheels • Rear‐mounted vertical supply and exhaust plenums • Eco‐Flo Supply Blower Item 4. 8-Cage Guinea Pig Unit with Automatic Watering System, Quantity of one(1) system Product should be Allentown or equal to Allentown Number GS292110UP8P Includes the following: • perforated bottom plastic cage • stainless steel outside the cage feeders • stainless steel dry pans • stainless steel mesh cage covers • Edstrom's automatic watering • stainless steel 5" casters, two with brakes • removable electropolished front door grids • Unit measures 69"W x 26"D x 63"H • Each cage measures 29"W x 21"D x 10"H The government is not responsible for locating or securing any information, which is not identified in the response. FOB Destination - US Food and Drug Administration 1401 Rockville Pike Rockville, MD 20852 Contract Type - Commercial Item, Firm Fixed Price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: I. Technical capability of the items offered to meet the Government's requirement. II. Prior experience over the last five (5) years in furnishing the offered or equal caging systems to other Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) accredited institutions, to include institution and point of contact name, phone number and email address for each institution identified, with added emphasis on those efforts which involved interchangeability with existing Allentown caging systems and those efforts which might have involved the complete replacement of Allentown caging systems with the offered products. III. Service support furnished with the offered equal and interchangeable caging systems (e.g., room layouts, HVAC sizing, equipment installation, calibration, balance verification, warranties, etc.). IV. Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide sufficient descriptive literature that unequivocally demonstrates that offered products are equal to and interchangeable with that of the Allentown caging systems identified above given the FDA's substantial investment since 2003 in ventilated small animal caging systems (and associated components and cages) manufactured by Allentown, Inc. of Allentown, NJ to the tune of seventy-plus 140-, 70-, and 36-cage systems. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1085524/listing.html)
- Place of Performance
- Address: US Food and Drug Administration, 1401 Rockville Pike, Rockville, MD 20852, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02445989-W 20110514/110512234201-cea50e279cabf2bf70e811811c2d5df4 (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 |