Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOURCES SOUGHT

66 -- Tecniplast animal racking and caging replacement equipment

Notice Date
6/8/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-424
 
Archive Date
7/1/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-424 2.Title: Tecniplast animal racking and caging replacement equipment 3.Classification Code: 66 - Instruments & Laboratory Equipment 4.NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Description This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background This purchase has no project background. The purchase is for Tecniplast animal rack and caging component parts Purpose and Objectives The purpose of the acquisition is to replace worn and broken Tecniplast rack and caging components. The objective is to maintain the rodent racking systems that house the NIA/CMS research rodent colony. Project requirements Independently and not as an agent of the Government, the Contractor shall furnish all the necessary material and equipment stated below. Purchase Description - 4 "Smart Flow" air handling unit, 110V-60Hz, Fahr.degrees, US plug (Box110SF) - 8 Autoclavable S/s transport trolley with drawers for 10x18 bottle crates Overall dimensions: 23.8" x 27.8" x 57.5h" (ACCACBO1036) - 8 Flexible hose, diameter 76 mm, length 0.8 meters - Blue Line (ACSCVF70M08BL) - 60 Reemay Filter 2024, 45 micron, 326x201, 5 for TopFlow Top 1290D481 (pack of 50) - 80 BC-Matic s/s crate for 18 bottles 200-250-260-340ml inclusive of sliding lid and #4 autoclavable plastic feet (9LBCBM18263) - 140 Reemay Filter (Spares) mm222x183, 5 45 Micron - Top Flow HD 1145T81 (pack of 50) Key Personnel Not applicable Level of Effort Not applicable Government Responsibilities The Government will cooperate with Contractor personnel so that delivery can be performed efficiently and without interruption. The Government will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. Delivery and Deliverables Baltimore, MD Reporting Requirements There are no reporting requirements. Anticipated Contract Type A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements 90 days ARO Place of Performance Baltimore, MD Capability Statement: Contractors that believe that they possess the ability to provide the required equipment should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement/information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-424/listing.html)
 
Record
SN04537276-W 20170610/170608234346-51997ff95ca10b9e4f72719ce9f307ac (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.