Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2011 FBO #3575
SOLICITATION NOTICE

66 -- Caging Rack System

Notice Date
9/6/2011
 
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
1095150
 
Archive Date
9/24/2011
 
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 1095150. 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) 2005-53, 4 August 2011. 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 September 9, 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. Item 1. Rack System and Cages -Rack System should be double sided enabling ten rows of housing under 2 meters tall and should hold up to 140 cages -Overall Rack Dimensions (L x W x H) - mm / inch, 1528 x 888 x 1998 (2102,5) / 61" x 35" x 79" (82" 3/4) -Rack system should include 140 Polysulfone Cage Bodies -Polysulfone cage top dimensions: 15.4" x 7.8" x 1.7" -Polysulfone Cage bottom dimensions are: 14.9" x 7.8" x 5.1" -Overall cage and top dimensions: 15.4" x 7.8" x 6.3" -Flexible Hose1,1 mt (2psc/rack) -Polysulfone Top with Bottle Depression, Microbiological Filter, and Filter Retainer -Polysulfone Water Bottles with Silicone Ring Graduated (full loaded 340 ml) -External Stainless Steel Bottle Cap with Seal -Plastic Universal Card Holder Quantity: 2 EA Unit Price: _____________ Item 2. Air Handling Unit -User-friendly Air Handling Unit (AHU) Air Flow System -System must be compatible with rack system identified in item one -Touch screen control -Remote alarm system -Wireless data management -Ability for one AHU to serve up to four single sided or two double sided racks -Buffer Wheels for all IVC Racks -110 V 60 Hz -Maximum Air Flow: 200 m3/h Quantity: 1 EA Unit Price: _____________ Item 3. Additional Cage Set-Ups To include the following components: -Polysulfone Cage Bodies -Polysulfone cage top dimensions: 15.4" x 7.8" x 1.7" -Polysulfone Cage bottom dimensions are: 14.9" x 7.8" x 5.1" -Overall cage and top dimensions: 15.4" x 7.8" x 6.3" -Nosie level below 50 dBA -Polysulphone Top with Bottle Depression, Microbiological Filter, and Filter Retainer -Polysulfone Water Bottles with Silicone Ring Graduated (full loaded 340 ml) -Stainless Steel Bottle Cap with Green Seal -Plastic Universal Card Holder Quantity: 100 Unit Price: _____________ 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 White Oak Campus, Bldg 10 10903 New Hampshire Avenue Silverspring, MD 20993 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. Service support furnished with the offered equal and interchangeable caging systems (e.g., room layouts, HVAC sizing, equipment installation, calibration, balance verification, warranties, etc.). III. Price. Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates the ability to meet the technical requirements of the requested products. 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/1095150/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, White Oak Campus, Bldg 10, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02563650-W 20110908/110906235708-788b184c3757f2c17ccf2df6a6b76ff1 (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.