SOLICITATION NOTICE
66 -- SMARTFLOW AIR HANDLING UNITS
- Notice Date
- 7/24/2020 2:11:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-196
- Response Due
- 8/3/2020 2:00:00 PM
- Archive Date
- 08/04/2020
- Point of Contact
- TINA ROBINSON
- E-Mail Address
-
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation number is NICHD-20-196 and is issued as a Request for Quotation (RFQ).� The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-07.� The North American Industry Classification (NAICS) Code is 333999 with a size standard of 500 employees. �However, this solicitation is not set aside for small business.� This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.� Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Tecniplast USA �to procure the following �new products/items: QUANTITY: �210 pcs �-� Cage body, H-Temp with label holder coupling clips (1145T00SUV) QUANTITY: �210 pcs -� �H-Temp TopFlow top, external bottle - larger filter media - new clip to support label holder (1145T481SU) QUANTITY:� 150 pcs -� Card holder, horizontal, top loading, plastic (130x77 mm) (ACPC0065PL) QUANTITY:� 3 pcs - �""Smart Flow"" air handling unit, 110V-60Hz, Fahr.degrees,US plug UL Compliant with touch screen for all IVC racks (EMBOX110SF) QUANTITY:� 6 pcs -� PUR Transparent hose �76mm D.76-89 L=1100mm - GRAY - PACKAGED (ACSCVF70M11RUG) QUANTITY:� 5 box PACK OF 10 �-� RUBBER NOZZLES WITH LARGE EXTENSION PROTECTION INT. DIA. 7.8 mm NYLON (UACSCVF44RBOX-300) QUANTITY: 5 box �- SUPPLY SILICONE NOZZLE FOR VALVE/DIFFUSER (10 PER PACK) (UACSCVF28RBOX-300) QUANTITY:� 25 box �- Replacement Pre/filter 375x182x12mm G4- w/Al frame-Easy/Smart Flow AHU (2/pack) (U4-08170-01-0-0ABOX-300) QUANTITY:� 6 box �- REP. HEPA FILTER W/ PLASTIC FRAME 200x450x90 H14 W/ HANDLE + DOUBLE GASKET(2pcs) (U4-00003095-0-300) The research animals maintained within the Animal Center are housed in individually ventilated cages (IVCs). The IVCs are provided HEPA filtered air via dedicated Air Handling Units (AHU) connected directly to the racking system. These same AHUs remove and HEPA filter the exhaust air from the cages. When properly operating, these systems maintain the required air exchange and proper pressure within each cage to ensure protection of the animals within the cage and protection of personnel working with the cages. The Air Handling Units (AHU), caging accessories, and filters needed must be compatible with the model 2T162MAC30CA and 2T81MAC30CA animal holding racks and 1145T cages.� These AHUs are designed to specifically work with the rack/caging system currently in use and are the only AHUs that will operate correctly with our current equipment to maintain the health of the research animals and personnel working with them. The Air Handling Units model BOX110SF, caging accessories and filters are needed to replace broken or worn out air handling units, caging accessories, and expired filters used with existing ventilated racking/caging systems within the Animal Center.� The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer.� The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award.� Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. �FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition.� The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size.� The clauses are available in full text at http://www.acquisition.gov/far. Interested vendors with the capability of providing the government the needed items and/or services specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov.� Offers must also be accompanied by, delivery timeframe, descriptive literature, warranties and other information that demonstrates that the offer meets all the foregoing requirements. All respondents must be an authorized reseller and must provide documentation confirming authorization and certified capability from the manufacturer to resell/distribute/provide all items/components etc. and services �identified in this notice. Responses to this notice without this confirmation from the manufacturer is considered as not valid.� Quotations will be due eleven calendar days from the publication date of this synopsis or by August 3, 2020 by �5 p.m. EST. via email.� The quotation must reference �Solicitation number� NICHD-20-196.� All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.� Quotations must be sent via email to robinsti@mail.nih.gov. Attention:� Tina Robinson, by the date and time mentioned above and must include solicitation# NICHD-20-196 in the subject line of email. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-196 in the subject line of email. Note:� In order to receive an award, contractor must be registered and have valid certification for all awards in the SAM database @WWW.SAM.GOV.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/afa9e936b6e042b8881b3c734862891e/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05733429-F 20200726/200724230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |