Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOLICITATION NOTICE

65 -- Medical, Dental, Veterinary Equipment & Supplies

Notice Date
3/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2002-049
 
Response Due
3/19/2002
 
Archive Date
4/3/2002
 
Point of Contact
Deborah Coulter, Purchasing Agent, Phone (301) 435-0366, Fax (301) 480-3345, - Debra Hawkins, Chief, Procurement Section, Phone (301) 435-0366, Fax (301) 480-3345,
 
E-Mail Address
dc143b@nih.gov, dh41g@nih.gov
 
Description
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. The solicitation number is NHLBI -PS-2002-049, 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 2001-04. The North American Industry Classification (NAICS) Code is 332321 and the Size Standard - 500 employees are used for this requirement. This acquisition is being conducted under simplified acquisition procedures. This acquisition is solicited as a total Small Business set-aside. The National Heart, Lung, and Blood Institute intends to purchase One hundred (100) Stainless Steel Dutch Kennel Doors, manufactured by Lab Products, Inc., as outlined in the Statement of Work/Specifications. The Kennel Door Specifications are as follow: General Construction Notes: Bead blast satin finish is the primary finish for all doors, angles and wall plates. Heli-arc welding will be used unless otherwise noted. Attachment hardware is 300 series stainless steel. Component Details: Front Door Panels; The front door frame is constructed of 1"x1"x 16 gauge wall. Stainless steel tubular frames of the upper 2/3 of the door panel is constructed of 3/8: diameters stainless steel vertical rods on a 1" center with three (3) 1/8"x 1" stainless steel flat bar supports horizontally for added strength. The lower 1/3 of the doors is constructed of solid 14 gauge stainless steel sheet. The doors are equipped with feeder openings to accommodate the customer?s owned feeders. The door panels are mounted onto a primary frame of ?"x 1" x 16 gauge stainless steel flat bar with channel tab supports with stainless steel attaching hardware. The door panel is mounted onto the primary frame with an upper and lower pivot assembly. Latching is achieved with two points stainless steel gravity latches. Component members include a stainless steel latch bar and grid attached with a stainless steel solid flat head rivets, allowing vertical motion for the self closing feature. Wall Plates: Material for wall plates will be 5/16" x 18 gauge stainless steel All Thread the nominal size of each plate will be 6' wide x 3 ?" deep x 5" high. Installation: Government will be responsible for providing access to the areas. The Government shall provide a dry, secure area or storage of materials throughout the installation period, responsible for the removal of old kennel doors, and removal of all debris. The Contractor is responsible for the removal of the old door frames and wall plates. The contractor shall ensure that all doors and parts have a smooth radius that removes all of the sharp edges that could injure the animals. The Contractor must provide next-day repair for any malfunctioning door throughout the warranty period. The contractor shall fabricate the doors to swing open either left or right to match existing doors. Delivery of kennel doors is required One hundred fifty (150) days after approval of final prints. The provisions of FAR Clause 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation- Commercial Items is applicable to this acquisition. The Evaluation procedure is based upon the product to be purchase and installed. The award will be made to the lowest priced, technically acceptable quote meeting the Government?s specifications. The quoter must submit descriptive literature of the product quoted, and an itemized price list. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror?s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a complete copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must provide descriptive literature inclusive of specifications as part of the quotation. The offeror must include in their quotation, the unit price, the list price, shipping & handling cost, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 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 clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit two (2) copies of a quotation to the below address. The quotation must reference ?Solicitation number NHLBI-PS-2002-049. The quotation is due March 19, 2002 at 8:30 a.m. local prevailing time. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Bethesda, MD 20814-7902, Attention: Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Record
SN00035609-W 20020307/020305213117 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.