Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

99 -- Rabbit Cages

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
263-2007-Q-DT-0169
 
Response Due
5/30/2007
 
Archive Date
6/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through the November 2006 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-16. This acquisition is a small business set-aside and the NAICS code is 339999. This announcement constitutes the formal Request for Quotation (RFQ) and a written solicitation WILL NOT be issued. The National Institutes of Health (NIH) is conducting a market survey to determine the availability and capability of interested businesses to provide administrative support services. 1. The contractor shall provide fifteen (15) rabbit racks with six (6) compartments, three (3) tiers of two (2) cages, with a minimum size of 5.0 square feet of floor space. These compartments shall have an inside height of eighteen (18) inches. 2. The contractor shall provide a cage system featuring moveable dual compartment cage inserts with removeable panels in between cages on each of three levels. Compartment shall be designed to house six (6) animals per rack. 3. The contractor shall provide a center cage divider that shall be removeable which shall allow for paired housing or enough room for breeding on three (3) levels. 4. The contractor shall provide a small window perforation to allow animals to see other animals in the next cage. 5. The contractor shall provide removable doors and feeder units with stainless steel construction. 6. The contractor shall assure that cage floors are made of autoclaveable plastic which shall provide a smoother, warmer, more comfortable surface for rabbits to rest on. The autoclaveable plastic shall protect the rabbits in the event of a disease outbreak in the colony. 7. The contractor shall assure that one half inch round perforations in the bottom of the cage shall have domes in between for better passage of urine and solid waste through to excreta pans. The perforations shall not be big enough to cause injury to the feet of the animal. 8. The contractor shall assure that the cage front door is electro-polished, and shall include a door mounted ?J? style feeder unit, an integrated horizontal card holder, and accommodations for an optional water bottle and holder. 9. The contractor shall provide standard castors to include, four (4), five (5) inch stainless steel castors with Kryptonic wheels. The castors shall have zerk fittings, and two (2) shall have brakes. 10. The contractor shall provide racks for housing that shall be routinely sanitized to maintain clean environment that shall be conducive to good animal health in the colony. 11. The contractor shall design seamless panels in the cages to prevent areas for organic dirt to be trapped. 12. The period of performance shall begin immediate following award, and shall end August 1, 2007. The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The following clauses and provisions apply to this acquisition and may be obtained from the web site: FAR 52.212-1, Instructions to Offerors - Commercial Items (September 2006); FAR 52.212-2, Evaluation - Commercial Items (January 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (November 2006) - with DUNS Number Addendum [52.204-6 (October 2003)]; FAR 52.212-4, Contract Terms and Conditions - Commercial Items) (September 2005); FAR 52.212-4, Addendum to Clause for Year 2000 Compliance (July 1997); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (November 2006). Inquiries regarding this procurement may be made to the Office of Acquisitions Management,(OAM) 6011 Executive Blvd. Room 529V, Rockville, Maryland 20892, Attention: Lloyd Garnes, Contracting Officer, on (301) 402-3341. Fax: 301-480-3476 Email: garnesl@od.nih.gov
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01303352-W 20070527/070525220526 (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.