Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

66 -- Analytical Laboratory Instrument

Notice Date
8/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-(DVR)-263-2008-KH-0257
 
Response Due
8/25/2008 8:00:00 AM
 
Point of Contact
Kirtner D Hobson,, Phone: 301-402-4144, Zedekiah J Worsham,, Phone: 301-594-3560
 
E-Mail Address
hobsonkd@od.nih.gov, worshamz@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICITATION NOTICE. This is a combined synopsis for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. THE SOLICITATION NUMBER NIH-(DVR)-263-2008-(KH)-0257 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a 100% set aside for small business. The North American Industry Classification System Code (NAICS) applicable to this requirement is 423450 and the associated small business size is 500 employees. The following specifications are for Micro-Isolator-Cages, High Density Housing System for Rats: 1. The contractor shall provide a high-density cage level environmental control system that shall provide protection to animals and to laboratory personnel. 2. The contractor shall house animals within a protective HEPA (High Efficiency Particular Air) filtered environment, which shall include providing an improved room environment for the animal care staff. 3. The contractor shall provide the first level of isolation by supplying low velocity HEPA filtered air directly to the floor level of each individual Micro-Isolator through a unique cage mounted Air Diffuser Grommet. 4. The contractor shall locate the Air Diffuser Grommet at a sufficient height above the cage floor to prevent the potential blockage of the airflow pattern into the cage. 5. The contractor shall ensure that each cage is maintained under positive pressure balanced airflow providing over seventy (70) air changes per hour to ensure a protective controlled environment for the animal. 6. The contractor shall provide a Micro-Isolator Rack air exhaust system which shall provide the second level of isolation for laboratory personnel through a unique patented stainless steel exhaust canopy that encompasses sides, rear and top of the Micro-Isolator. 7. The contractor shall ensure that the filter top rests flat on top of the cage lip on all four sides at all times to prevent particulate from escaping or entering the cage. 8. The contractor shall ensure that the air supply unit sensors have a built in “check and balance” feature to allow the sensor to determine whether or not a fan speed correction is necessary. 9. The contractor shall ensure that the Micro-Isolator’s effectiveness not be compromised should power fluctuations or power loss occur. 10. The contractor shall ensure that the vertical Air Supply and Exhaust plenum is located on one end of the rack to reduce the width dimension of the rack. 11. The contractor shall ensure that the door to the cage is locked with three (3) stainless steel disconnect collars for hose connection to the Enviro-Gard -B Unit and Enviro-Gard tm-B Exhaust Unit. 12. The contractor shall provide labels to identify the proper connections between the rack and the Air Supply and Air Exhaust Units. 13. The contractor shall ensure that the HEPA (High Efficiency Particulate Air) filtered air is delivered to each individual cage at low velocities by the Enviro-Gard tm – B Air Supply Unit Model #59016M which shall be included with the rack. 14. The contractor shall ensure that at the opposite end of the rack there are three (3) high temperature silicone gasket sealed access doors for horizontal plenum, and they shall be cleaned out and locked with unique easy operating cam action locks. The access doors shall be removable. 15. The contractor shall ensure that the top of the vertical plenum be equipped with stainless steel slip-fit flexible duct connector caps which are connected to the rack frame with stainless steel chains. 16. The contractor shall ensure that the Micro-Environmental Housing System for Rats is a five (5) cage level high by six (6) cage wide, single-sided unit to hold a total of thirty (30) complete Micro Isolators per rack. 17. The contractor shall ensure that the Rat Rack is constructed from stainless steel with 1.250”square by 16 gauge wall (.060”) tubing frame. The rack frame shall be Heli-arc welded leak tight, and all welds shall be bead blasted to a stain polished finish. 18. The contractor shall ensure that stainless steel exhaust canopies encompassing sides, rear and top of the Micro-Isolator tm serve as shelves at each cage location. The exhaust canopies shall also act as cage guides. 19. The contractor shall ensure that each replaceable cage exhaust canopy is supported at the front by resting in 16 gauge (0.60) notched vertical stainless steel upright members. The upright members shall be spot welded to vertical structural tubing supports. 20. The contractor shall ensure that the rack is equipped with stainless steel swivel casters, two (2) with brakes on the front of the rack with 5” diameter High – Temperature phenolic wheels and zerk grease fittings at the axle and race. 21. The contractor shall ensure that each rack clearly display a High – Temperature resistant Serial Number Identification Label. 22. The contractor shall ensure that the rack is equipped with an easy to view digital display on the Environ-Gard tm-B faceplate to monitor air changes per hour, or temperature (degrees F), per-filter status. The HEPA filter status and fan status shall be monitored and displayed. 23. The contractor shall ensure that each air supply unit is factory tested, adjusted and labeled identifying it as a unit that will supply air to any ventilated housing rack, and shall not be limited to the use on one (1) specific similar capacity rack. 24. The contractor shall ensure that the cabinet is lined with advanced optimized sound absorption material for noise reduction. 25. The contractor shall ensure that the Air Supply Unit is certified and labeled accordingly to meet Underwriters Laboratories Inc. (UL) standards (#UL 3101), Canadian CAN/CSA standards (c) and European Union (CE) standards. 26. The contractor shall ensure that the Air Supply Unit be compact, lightweight, portable blower unit measuring 13.500” high by 33.500” wide by 15.000” deep. The unit shall also feature a pre-filter, 99.99% efficient HEPA filter, down to 0.3-micron particles, and a compact 85-264 VAC, 36-watt fan to provide constant supply airflow as the HEPA filter begins to load, and shall include a nominal ten (10) foot long electrical power cord for 115V, 60-cycle service. 27. The contractor shall ensure that the Air Supply Unit be wall mounted on an optional stainless steel shelf which shall be purchased separately. 28. The contractor shall provide all flexible duct connections with related hardware. The flexible air duct shall be furnished with two (2) quick disconnect ends – 4” inside diameter fastened to the hose with a stainless steel clamp locking system. 29. The contractor shall label one (1) hose disconnect collar “Supply Air” to identify the proper connection between the rack and the Air Supply Unit. 30. The contractor shall ensure that the cage is equipped with a visual indicator of a properly docked cage. 31. The contractor shall provide a patented Formed Lid with wire feeder with an electropolished finish to provide a smooth surface around the rim which reduces the gap opening between the cage and the filter top. 32. The contractor shall ensure that all components of the Rat Micro-Isolator Housing System, except for the Air Supply Units are designed for sanitation (180 degrees Fahrenheit hot water) and sterilization (270 degrees Fahrenheit steam). 33. The contractor shall upon receipt of the equipment remove the shipping packaging material, transport racks to animal rooms, and certify the airflow on the units. The contractor shall provide a one (1) day instructional session at NIH covering each piece of equipment, and shall provide “Hands On” instructions for the users. Scheduling of equipment demonstration shall be arranged prior to the shipment of the equipment. The delivery and acceptance F.O.B. Point is National Institutes of Health, Division of Veterinary Services, ORS, OD, Building 28A, Bethesda, Maryland 20892. The Governments estimated expected delivery date is 90 days after award of the purchase order. 8 each Cages, High Density Units for rats consisting of: 8 each Rack, High Density single 5 tier 8 each Enviro-Gard B HEPA filtered air supply units 8 each Enviro-Gard B HEPA filtered air exhaust units 240 each Zytem Cages w/air grommet w/shoulder studs 19"Lx10 1/2"Wx8"D 240 each Zytem Micro Isolator filter top for cages 19"Lx10 1/2"w 240 each stainless stell formed lids for cages 19"Lx10 1/2"w Quotes are due August 25, 2008 by 8:00 a.m. local time. The award will be made based upon the technical specifications of the required products and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Governments requirements. The offerors must submit written descriptive literature of the product in their quote, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a purchase order without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offerors quotes must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and vendors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its quote. The offeror must also register in the Government’s Contractor Registry System. Note: www.ccr.gov. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. 1. Delivery shall be within 90 days from the date of the award, or rationale for alternate timing, shall be included. 2. Installation, training, and a 90 day warranty, or better, shall be included. The following provisions and clauses apply to this acquisition: Far Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-3, Offeror Representatives and Certifications – Commercials Items; FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items. In paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, the following clauses will apply: 52.222-3, 52.222-19, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, and 52.225-13. This provision may be obtained at http://www.arnet.gov/far. The Used Electron Transmission Microscope will be obtained from the contractor that can provide this system in the manner that represents the best value for the Government’s needs. The NIH will evaluate the quality, completeness, and relevance of the quotes. As stated in the FAR Clause 52.212-2(a), “The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.” The quote must reference Solicitation number: NIH-(DVR)-263-2008-(KH)-0257. All responsible sources may submit a quote which, if timely received, shall be considered by the agency. Quotes must be submitted in writing to the Office of Logistics & Acquisitions, Simplified Acquisitions Branch, 6011 Executive Blvd., Suite 637E, Bethesda, MD 20892, Attention: Kirtner Hobson. Response may be submitted electronically to: HobsonKD@OD.NIH.GOV and by fax to (301) 402-0577. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=abde4b914337342eeb9f5ebf0b9c96d3&tab=core&_cview=1)
 
Place of Performance
Address: 6011 Executive Blvd., Room 637E, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01644013-W 20080820/080818222252-abde4b914337342eeb9f5ebf0b9c96d3 (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.