Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

65 -- Module Caging - Provisions and Clauses

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-Q-0216
 
Archive Date
9/20/2012
 
Point of Contact
Michelle Creenan, Phone: 301-295-3924
 
E-Mail Address
michelle.creenan@usuhs.edu
(michelle.creenan@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions and Clauses The Uniformed Services University of the Health Sciences (USU) has a requirement for four (4) non-human primate caging systems. The house nonhuman primates (NHPs) are cared for in compliance with specifications outlined in the Guide for the Care and Use on Laboratory Animals, 8th edition. Care must be taken to ensure materials are of the highest quality stainless steel and able to withstand the rigors of daily use by strongly active NHPs and to withstand frequent sanitization at high temperature with caustic chemicals. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, 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 is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-60 (August 27, 2012) and Defense Federal Acquisition Regulation Supplement (July 24, 2012). This requirement is set-aside for small business concerns. The applicable NAICs code is 332999 - ALL OTHER MISCELLANEOUS FABRICATED METAL PRODUCT MANUFACTURING - with a size standard of 500 employees. In order to be eligible for award, offerors must either be registered in www.SAM.gov, with completed representations and certifications, or for those offerors not registered in www.SAM.gov, FAR provision 52.212-3 (Offeror Representations and Certifications-Commercial Items) must be submitted with the quote package. Offerors not registered in www.SAM.gov or who do not submit a completed copy of FAR provision 52.212-3 will not be eligible for award. Offerors interested in responding to this requirement must provide a quote for a non-human primate caging system, which at a minimum, meets the specifications listed below. A single firm fixed-priced (FFP) purchase order will be awarded. Minimum Specifications: Each caging unit should be comprised of 4 compartments to allow maximum utility as needed (i.e. a two over two quad concept). By Federal mandate, NHPs must be housed in size-appropriate cages (to include height requirements) and accommodations must be made for pair-housing or visual/touch with conspecifics in the room. Additional specifications are: (1) In order to house nonhuman primates weighing up to 15 kilograms, each unit must be a minimum of 33" w x 28" d x 32" h (internal dimensions) and provide 6.2 square ft of floor area. (2) Removable vertical wire grid and solid sheet center partitions (facilitates safe & graduated acclimation between prospective pair-housed NHPs). The compartments must be a minimum of 304 stainless steel wrap around 18 gauge solid sheet material (1"x1" and 1" x 3" grid pattern...any larger grid and the NHPs get their hands stuck) (3) A third clear Lexan divider is needed (acrylic plastic doesn't stand up to daily use as well as Lexan - safety issue). (4) Each individual unit of the quad must have a squeeze-back wire grid panel to facilitate animal control during procedures. The mounted grid panel must be able to travel smoothly from back of cage to the front. The squeeze panel must be held in place by a tamper-resistant spring lock. (5) Dual perch bar assembly (6) Vertically sliding guillotine doors that have a tamper-resistant spring lock when in the closed position. (7) Feeder boxes with feeder hole centered beneath each door (8) Each tier level must have a rear flushing, fixed stainless steel excreta pan with rear upper shroud (9) Overall external dimensions of the unit must not exceed 75" w x 36" deep x 82" h (including 4" diameter heavy duty stainless steel swivel casters with Zerk lubricating fittings and wheel brakes on the front casters). Anything larger and units won't fit through AFRRI vivarium doors. (10) Each unit must have Edstrom stainless steel automatic watering system installed (what AFRRI currently uses throughout its vivarium) (11) At least 4 units must have a "convertible floor" to enable expansion of height requirements necessary to house NHPs over 15 kg that need a minimum of 36" of internal height clearance and 8 sq. ft. of floor space. The government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated quote. The government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1. Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price for all components will be the evaluated price. 2. Technical - Offerors must provide product literature, pictures and/or drawings, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature and/or pictures/drawings must demonstrate that the quoted item meets the specifications outlined above. Information on warranty and delivery lead-time must be included in the quote submission and will be evaluated. The government reserves the right to utilize technical (i.e, trade magazines) and customer reviews/references as part of the technical evaluation. Offerors must also submitted completed copies of provisions 252.225-7035, Alt I. See attached provisions and clauses sheet for copies. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Offerors may provide quotes for multiple caging systems. Items will be shipped to Bethesda, MD. See attached list for applicable provisions and clauses for this requirement. Questions must be submitted via email to michelle.creenan@usuhs.edu. All questions will be answered in an amendment to the solicitation. Questions will not be answered over the phone or accepted by any other means. Questions must be submitted by 10:00 PM EST on September 12, 2012. Questions submitted after the due date and time will not be answered. Quote packages are due by 10:00 PM EST on September 19, 2012. Quotes must be submitted via email to michelle.creenan@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9747f713f32797f2a2ad3fb022d0c10)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, United States
 
Record
SN02870237-W 20120908/120906235827-e9747f713f32797f2a2ad3fb022d0c10 (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.