SOLICITATION NOTICE
66 -- MODULAR PRIMATE ENRICHMENT UNITS
- Notice Date
- 5/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM2DH-12-R-0009
- Archive Date
- 7/5/2012
- Point of Contact
- Rafael Nazario-Vidal, Phone: (215) 737-2107, Jorge L. Perez, Phone: (215)-737-7402
- E-Mail Address
-
Rafael.Nazario.Vidal@dla.mil, jorge.l.perez@dla.mil
(Rafael.Nazario.Vidal@dla.mil, jorge.l.perez@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- SCHEDULE OF SUPPLIES/SERVICES: ITEM IDENTIFICATION: BRAND NAME OR EQUAL PER FAR CLAUSE 52.211-6, N4215.01 MODULAR PRIMATE ENRICHMENT UNITS (PRIMATE CAGES). PLEASE SEE MEDICAL PROCUREMENT ITEM DESCRIPTION ON PAGE 6. Brand Name or Equal P/N(s) listed below: CLIN P/N ITEM DESCRIPTION QTY U/I UNIT PRICE TOTAL PRICE 0001 SPCL-PRIMATE PRIMATE CAGE 40 EA $ $_______ THIS IS A ONE-TIME BUY TO SUPPLY NECESSARY EQUIPMENT TO USAMRIID, FT DETRICK, MD. •1. DELIVERIES ARE FOB DESTINATION WITHIN 150 CALENDAR DAYS USAMRIID ATTN: PROPERTY MANAGEMENT 1425 PORTER STREET, BLDG 1425 FORT DETRICK, MD •2. INSPECTION AND ACCEPTANCE SHALL BE AT DESTINATION •3. OFFERORS MUST IDENTIFY THE PRODUCT BEING OFFERED. OFFEROR SHALL SUBMIT TECHNICAL INFORMATION IN LINE WITH THE REQUIREMENTS OF THE MEDICAL PROCUREMENT ITEM DESCRIPTION. •4. OFFEROR MUST SUBMIT TWO (2) COPIES OF PRODUCT LITERATURE ALONG WITH PROPOSAL. •5. OFFERORS SHALL SUBMIT COMMERCIAL PRICE LIST, CUSTOMER INVOICES OR ANY GOVERNMENT PRICE LIST SUCH AS FEDERAL SUPPLY SCHEDULE OR GENERAL SERVICE ADMINISTRATION PRICING. •6. DELIVERY SHALL BE 150 DAYS FROM DATE OF AWARD. •7. THE GOVERNMENT INTENDS TO MAKE AWARD ON INITIAL OFFERS, BUT RESERVES THE RIGHT TO CONDUCT NEGOTIATIONS. THIS PROPOSAL WILL BE EVALUATED BASED UPON PROCEDURES FROM FAR 15.101-02 - LOW PRICE TECHNICALLY ACCEPTABLE. SPECIFICATION Modular Primate Unit This specification covers the requirements for a modular primate enrichment unit. Shall be Lab Products I nc SPCL Primate Unit or equal having the following characteristics. Salient characteristics. Shall be a 1 over 1 primate enrichment unit that meets the USDA requirements for housing Group 3 primates with a floor area of approximately 4.3 sq. ft and an inside height of approximately least 32". The approximate gauge thickness for the components shall be as follows: Framing - 1.25" x 1.25" x 16 gauge stainless steel wall tubing. Rear Panels -.25" thick clear polycarbonate. Top Panel -.375" thick clear polycarbonate. Squeeze Back Frame - 1" x 1" x 16 gauge wall stainless steel tubing. Squeeze Back Mesh- 8 gauge stainless steel wire (1" x 3" pattern). Front Panel - 8 gauge stainless steel wire (1" x 3" pattern). Perch-.75" diameter x 16 gauge wall stainless steel tubing. Floor Frame -.375" diameter stainless steel wire. Floor Mesh - 8 gauge stainless steel (1" x 1"). Feeder Assembly - 22 gauge stainless steel sheet metal. Side Flush Pan- 20 gauge stainless steel sheet metal, 4" diameter PVC downspout. The design is a two-cage unit 1 over 1 configuration. The 1 over 1 cage assembly allows for easy ergonomical transportation to and from the cage was h or other areas in the facility. Each unit is fully functional, and may be used as an individual housing unit. The compact size of the unit allows for efficient storage when not in use. The bolt-on side flush pans are removable so that rear flush pans can be added at a later date. Units will be manufactured with left hand and right hand side flush pans allowing units to be locked together to create a 4 cage unit. After the addition of the rear flush pans multiple units can be inter- locked together for animal socialization or group housing. All units will be identical, no end units required. Units will be interchangeable anywhere in the facility. Number of units can vary to use available length of room walls. The center-dividing panels between adjacent compartments slides towards the front of the unit to create an opening between cage compartments and permits the horizontal transfer of animals between the units. Approximate Dimensions - 3 0. 75" wide x 3 0. 50" deep (3 4. 25" with handles and H20) x 8 2. 25" hig h. Overall width is 34.75" including the side flush pan. Clear top and rear fixed panels provide more light and visibility of primates. Top panel is spaced off of top frame allowing cleaner condition and more ventilation. The side dividing panel options, solid panels isolate adjacent compartments, includes a grooming bars for partial contact condition, a solid panel with dual grid panel or visual/minimal touch contact or an open pass through for full contact condition. Unit also has fixed solid side panel at front area to provide refuge for primate from a dominant primate. Front is a full swing panel/door with a slide style animal access door. Entire front grid, with door, can be easily removed from unit without tools for ease of cleaning. The hinged front grid of each cage compartment is constructed of 8 gauge stainless steel welded wire mesh with approximately a.375" diameter stainless steel wire frame and supports. Each front door panel is equipped with a positive locking monkey proof latch. The front door panel will be equipped with a guillotine style door of approximately.25" diameter stainless steel rod on 1" centers. Front panel also includes an opening for use of a catch pole. The unit is equipped with access doors in the front of the unit for the removable pan. The doors are constructed of 16- gauge stainless steel sheet. Each door is equipped with two (2) spring loaded shielded locking mechanisms to prevent animal tampering. The front of the unit will also be equipped with handles to ease in the movement of the unit away from the wall. Each of the two cage compartments is equipped with an individual single pull, suspended squeeze back assembly. The squeeze back frame assembly is constructed of approximately 1" x 1" x 16- gauge wall stainless steel tubing. The squeeze back grid is fabricated of 8- gauge stainless steel wire with a grid pattern of approximately 1" x 3". Squeeze backs are suspended. The pull-bar mechanism for squeeze back assembly is designed to act as a double-bar perch and is fabricated of approximately.75" diameter stainless steel tubing with a 16- gauge wall thickness. Each squeeze back assembly will have a ratchet bar under the perch to provide a maximum clear opening between compartments. The ratchet bar shall have at least seven (7) locking positions with a spring- loaded locking device and shield to prevent animal tampering. The unit is equipped with heavy-duty plate type, stainless steel casters with 4" diameter poly-loc poly wheel. Wheels have a 2" tread width. Each caster is equipped with zerk grease fittings in the axle and raceway. The front two (2) casters are equipped with wheel locks. Each cage compartment is equipped with two removable 20- gauge stainless steel reach in box type feeder assemblies. The animal will access the feeders through the top opening. Each cage compartment is equipped with two tamper resistant positive locking, feeder mounting plates to hold feeders in place while in use. Feeders are constructed with drainage holes in the bottom surface of the feeder. All spring loaded latches incorporate removable/replaceable components and secondary hasp tabs. Unit is bead blasted to a satin finish to eliminate weld marks and discoloration. Units are equipped with Edstrom stainless steel automatic watering system with two primate drinking valves and all mounting hardwar e. Each cage compartment is equipped with a bottled water system. Workmanship. The primate enrichment unit shall be free from defects which detract from its appearance or impair its serviceability. Metal parts shall be free from burrs, pits and deformations. The finished surfaces shall be free of chips, scratches and abrasions. Unit. Each (EA.). One primate enrichment, as specified, constitutes one unit. Federal Food, Drug and Cosmetic Act. If the product covered by this specification has been determined to be under jurisdiction, the offeror/contractor shall comply, and be responsible for compliance by subcontractors/suppliers, with the requirements of the Federal, Food, Drug and Cosmetics Act, as amended, and as promulgated therein. In addition, the offer/contractor shall b e responsible for the compliance by its subcontractors/suppliers of all other applicable Federal, State and Local Statutes, Ordinances and regulations. Product conformance. The products provided shall meet the salient characteristics of this specification, conform to the producers own drawings, specifications, standards, quality assurance practices and be the same product offered for sale in the commercial market. The Government has the right to require proof of such conformance. Preservation, packaging, packing, labeling and marking. Unless otherwise specified, preservation, packaging, packing, labeling and marking shall be to a degree of protection to preclude damage to containers and/or contents thereof under normal shipping conditions, handling, etc., involving shipment from the supply source to the receiving activity, plus any subsequent reshipment from the receiving activity, and shall conform to applicable carriers rule and regulations. Intermediate and exterior package quantities and labeling and marking shall be as specified in the contract or purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2DH-12-R-0009/listing.html)
- Place of Performance
- Address: W23G1M, W3HV USA GARRISON FT DETRICK, 119 HAMILTON AVENUE, FORT DETRICK, Maryland, 21702-5711, United States
- Zip Code: 21702-5711
- Zip Code: 21702-5711
- Record
- SN02753516-W 20120523/120521235316-f881bc2c77116b26f997f7072741b55c (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 |