SOLICITATION NOTICE
66 -- Mouse Cage Rack System
- Notice Date
- 6/10/2011
- 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
- 1088427
- Archive Date
- 7/1/2011
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@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 1088427. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50, May 16, 2011. The associated North American Industry Classification System (NAICS) Code is- 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. 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 June 16, 2011 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, 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 Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for Mouse Cage Rack System with Positive/Negative Control System and Extended Cages. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011. Item #1 Mouse Cage Rack System Specifications: Rack Assembly - 144 All stainless steel cages 160 clear polysulfone thermoplastic caging systems Mouse cage with wire bar lid, micro-barrier top, and cardholder Include both column and row identification letter and number tags Mechanically locked A visual positive lock indicator to determine proper activation of the air/water assembly Automatic activation of air and watering system shall engage once the cage is locked in Vertical supply and exhaust plenums will be located on the same end of the rack. Stainless steel plate casters with high temperature wheels with brakes Air Flow Blower - -Filtered fresh air supply blower -Top mounted blower runners -High Efficiency Particulate ISO Class 5 Air (HEPA) delivered to each cage at a constant rate -Automatically adjusting for air flow disturbances and irregularities -The HEPA filtered air pressurizes the vertical supply plenum, which directs air down each -horizontal manifold, terminating in individual cage air injector tubes -Filtered air is delivered to each cage by means of a stainless steel cage mounted "bullet" providing a uniform, low velocity wash across the cage bottom. -Blower unit shall be stationed on the rack -External alarm connection for remote monitoring Dedicated Exhaust Blower Unit - -Capable of positive or negative air flow pressure within the barrier environment -Cage pressure shall be identified by an exhaust drop mounted magnehelic gauge that will identify positive or negative operation -Exhaust air is extracted through a spring loaded exhaust port in the exhaust collection tube -Exhaust air is channeled through the exhaust manifold and plenum, to the variable flow valve into the constant volume in house exhaust drop. -Adjustable rack positive to negative pressure via set points on the VFV Each unit will also be equipped with various lighted indicators and a vacuum fluorescent display panel. The front panel will house an on-off switch, a single green light for normal operations and red indicator lights if a malfunction occurs. The red warning lights will illuminate if problems are sensed with the filter or blower. In addition, a vacuum fluorescent display panel shall identify cage ACH (Air Changes per Hour). Quantity: 1 (one) Unit Price: ___________________ Extended Price: _______________ Make: _______________________ Model: ______________________ Part Number: ________________ Item #2 Changing Cages and Associated Components -Clear high temperature mouse cage constructed from clear UDEL polysulfone, with integral stacking lugs for compact storage and runners for suspension in rack systems. -Installed stainless steel air distribution bullet for interface with rack system -Autoclavable to 300 degrees F -UDEL snap-in filter retainer with disposable T-99 HEPA grade filter media -Integrated molded gasket -Spring loaded exhaust port -External bottle well with stainless steel, spring-loaded flap -Bottle well accommodates 250 ml bottle with one (1) piece stainless steel cap with sipper tube -Electropolished stainless steel sheet metal design wire bar lid, with food hopper and bottle well -Hinged divider panel separates compartments; folds for stacking -High Temperature polysulfone (300 Deg. F) 250 ML water bottle with slip ring -All stainless steel slip on cap with 2.5" long sipper tube -All stainless steel horizontal hanging 3" high x 5" wide data cardholder Quantity: 70 Unit Price: ___________________ Extended Price: _______________ Make: _______________________ Model: ______________________ Part Number: ________________ FOB Destination - U.S. Food and Drug Administration, 8301 Muirkirk Road, Laurel, MD 20708. 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) 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 a description in sufficient detail to show that the product/service quoted meets the Government's requirement. 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. 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. 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/1088427/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, 8301 Muirkirk Road, Laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN02469747-W 20110612/110610235109-6294e837a1b298ba4e9cc1d8a41f8642 (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 |