Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

99 -- Miscellaneous / Animal Caging

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI10085
 
Archive Date
5/15/2010
 
Point of Contact
Jennifer Walker, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
jewalker@niaid.nih.gov, talexander@niaid.nih.gov
(jewalker@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NOI10056 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-40, dated March 23, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 332999, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure positive/negative control caging system, and accessories on a sole source basis from Allentown. Item/Description/Quantity: 1) Positive/Negative Control System for ferrets to include stainless steel 24 cage negative IVC rack, 24 polysulfone ferret micro-barrier system, solid cage top with two 303 stainless steel locking exhaust ports, cage to include 4 each stainless steel locking mechanisms, stainless steel guinea pig type, one water bottle assembly to hold two 16oz bottles per cage system, blue plastic 3'x5' data cardholders, opposite side vertical plenums, stainless steel split platforms, Edstrom easy lock latching mechanism, 5.00' diameter stainless steel casters, row and column identification tags, exhaust pak hepa filter exhaust blower, smart-pak hepa filtered supply blower, qty-1; 2) High temperature polysulfone (300 Deg. F) change-out cage bottom to include two CD-KUP grommets with air diffuser bullets, 4 stainless steel lock assemblies, sonic welded stacking lugs for EZ locks, cardholder slots, stainless steel bracket for feeder and dual bottle holder, qty-18; 3) High temperature polysulfone (300 Deg. F) change-out cage bottom to include two spring loaded 303 stainless steel machined exhaust ports, four stainless steel lock keepers, solid top, qty-18; 4) Stainless steel feeder guinea pig type hanging pellet feeder with lid and internal baffle with angle of minimum 45 degrees, qty-18; and 5) Two (2) high temperature polysulfone 16oz water bottle assemblies including two PC16BHT water bottles, two SPL48RS-13 spin on lid with a 3' sipper tube with 1' bend and ball bearing, dual water bottle holder and mounting system311811, qty-18. This requirement is to provide replacements and modifications to caging for the lab. Allentown is the original manufacture of the current ferret cages and racks already located in the lab. Allentown has the specifications for the original cage, and for any modifications for exact fits replacements are custom-made by the company. The caging has the airflow engineered design of the ventilated rabbit/ferret rack is a negative pressure system, providing containment and capture airborne dander and particulate. Our rack mounted Exhaust-PAK blower pulls room air through a filter in the upper exterior cage wall and in the cage. The air flows down into the cage, washing across the cage floor, the excreta pan, and into the central plenum of the rack, removing odors as well as protecting technicians from exposure to allergens and dander. The Exhaust PAK effectively captures airborne contaminants and returns HEPA-filtered air to the room environment. The module is complete with prefilter, HEPA filter magnehelic airflow pressure gauge and forward impeller fan. The gasket central plenum opens both front and rear to facilitate pressurized washing to effectively remove hair and dander. The central plenum also contains adjustable dampers allowing independent airflow control at each cage location. Unit has removable, hinged, gasket doors with cam locks and safety glass windows for observation and ample animal environment lighting. The following factors shall be used to evaluate offers: 1) price, 2) capability to meet required specifications, and 3) delivery. The FOB point shall be Destination. Delivery shall be 30 days from date of award. Place of delivery Bethesda, Maryland, 20892. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evalutaion Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.gov. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Copies of the aforementioned clauses are available upon request by telephone to Jennifer Walker at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Saving Time (EDST), April 30, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE38A, Bethesda, MD, 20892-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be addressed to Jennifer Walker at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI10085/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02124658-W 20100418/100416235642-b26af9174454028da734bfcb91ee4ee1 (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.