Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

99 -- LC-1212-A modification catagory 3 primate restraint cages

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
09-222-SOL-00152
 
Point of Contact
Barbara J Arnold, Phone: (870) 543-7483
 
E-Mail Address
barbara.arnold@fda.hhs.gov
(barbara.arnold@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Contract for the services and supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. This is a 100% Small Business Set Aside. The solicitation number is 09-222-SOL-00152. 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) 2005-36, August 11, 2009. The associated North American Industry Classification System (NAICS) Code is 331210 – Iron and Steel Pipe and Tube Manufacturing from Purchased Steel; Small Business Size Standard is 1,000 employees. The Food and Drug Administration is soliciting for 15 LC-1212-A modification category 3 primate restraint housing cages that must meet the following specifications: This is a requirement for non-human, Class 3, primate housing cages, per USDA regulation. All cages shall match and composite parts of the cages shall be primarily rolled aluminum bar construction. NO SUBSTITUTIONS. This composition includes all latches, squeeze mechanisms, toy bar, perch bars, environmental enrichment panel, or flooring and any other ancillary construction. Our practices are to use a corrosive, acidic sanitation wash prior to a standardized, bacteriostatic pressure and temperature cage wash and an all aluminum construction is required. All components shall be smoothed edges, no ratchet or saw-type composition on the underside of perches, back plate, bars, or any other component. Locking features: Locking features shall be the guillotine door latch feature as the only method to prevent escape and "locking" of the subject within the cages. Key operated locks are mandatory for intrusion and security precautions. In this manner, only specified personnel have access to liberating an experimental subject. Other features: There is to be no welded wire as a grid anywhere within the cage, including the small window-like composition/feature on a largely solid and "concealing" side panel. We must have three sided unobstructed view of our subjects, specifically with rolled bar construction all around to allow for hanging of environmental enrichment devices and various other testing apparatus or convalescence devices from the sides of our subject caging. Any cage featuring an enrichment panel with apparatus affixed to the front of the cage is unacceptable. Anything hanging more than 3" off the cage in front is at risk to our personnel as a scratch hazard as well as highly probable to be damaged by routine cage movements within the room. Cages shall have a squeeze-back mechanism featured. This is necessary to allow for pull-type, freely activating (perch) bars to extend and lock at adjustable intervals via spring loaded pin, thus to squeeze and isolate subjects for blood draw or dosing. Caging requirements featuring the need for separate hand or powered assistive axial rotation tools for activating internal gears are unacceptable. Additionally, any ratchet, or saw-type composition on the underside of certain bars and within alternate models- test subjects would be more at risk of a cut or crushed finger from such features. Evaluation Factor: Go/No Go Minimum Criteria Cage proposed is a Class 3 USDA regulated primate housing cage; •overall dimensions (stacked unit) circa: 31”W x 36” D x 82” H •animal space (individual unit) circa: 28” W x 26” D x 31” H Quality construction grade aluminum composition No welded wire mesh No worm gears for squeeze panel or any other working mechanism, prefer spring loaded striker bolt/pin. Guillotine door which facilitates use of key operated locks 5” stainless steel ball bearing casters with brakes, grease fittings and non-marking tires Flat, stainless steel “flush/wash-out” excreta pans 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. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. FOB Point Destination. The Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. 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/services offered to meet the Government’s requirement (ii) Past Performance (ii) Price. Technical and past performances, when combined, are equal when compared to price. The technical evaluation will be determination as whether the proposed contractor is capable of providing the services or supplies. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the products/services offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product and/or services to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record or meeting delivery schedules and service/maintenance reputation. The government reserves the right to make an award without discussions. 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. The offer 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 Government reserves the right to obtain information for use in the valuation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer or indicate certifications in ORCA 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: 52.219-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 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 It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. 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. Offers are due in person, by mail, e-mail or fax on or before September 9, 2009 by 3:30 p.m. (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OAGS, Attn: Barbara Arnold, 3900 NCTR Road, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Barbara Arnold @ (870) 543-7483, FAX (870) 543-7990, e-mail Barbara.arnold@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00152/listing.html)
 
Record
SN01936952-W 20090904/090902235753-84c66b89a7782baa3e90c5000e26e229 (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.