Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
MODIFICATION

66 -- HEPA Filtered Mouse Racks

Notice Date
8/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Northern Plains Area, Roman L. Hruska U.S. Meat Animal Research Center, Bldg. 1, State Spur 18D, P.O. Box 166, Clay Center, Nebraska, 68933
 
ZIP Code
68933
 
Solicitation Number
AG6538S10AA83
 
Archive Date
9/21/2010
 
Point of Contact
Donita J. Furman, Phone: 402-762-4145
 
E-Mail Address
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service (ARS), Human Nutrition Research Center needs to order HEPA Filtered Mouse Racks. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-24), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 423450. The Solicitation number AG6538S10AA83 is issued as a Request for Quotation (RFQ). The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. Contract Line Item Numbers (CLINs): CLIN 0001 - 2 ea Sealsafe mouse racks CLIN 0002 - 1 ea BOX110SF universal smart flow with touch screen CLIN 0003 - 140 ea GM500SU additional cage setups The actual rack structure must be constructed of stainless steel. The unit must sit atop four swiveling, 5" castor wheels, two of which must be equipped with locking brakes. The outside of the wheels must be coated with nylon or similar material that will prevent scratching of floors. Each double sided rack must be capable of holding a minimum of 140 individual mouse cages (described below). The racks must be able to be easily disassembled and moved through doorways 81" high X 40" wide. The rack must have visual confirmation markers at each cage position indicating that the cage is properly attached. The individual cages must be constructed of polysulfone or equivalent material. Each cage must have a minimum floor area of 75 in², as well as 5 in of height in the living area. Each cage must be sealed with a microbiological filter top that stays sealed when removed from rack. A stainless steel bar lid or half lid must be situated within the sealed area with an incline for placing feed pellets. The water bottles must be externally situated, hold a minimum of 250 mls, and be able to be changed without removing the cage from the rack. The sipper tube must be stainless steel. Both double sided racks must have the air supplied by a single ventilation unit. The ventilation unit must be free standing and accommodate both the supply and exhaust air from both racks. The air handler unit must be able to run in either positive or negative pressure mode. The unit must be capable of supplying equal quantities of filtered air to all cages regardless of the number in use on each rack. The air exchanges per hour should be able to be easily adjusted and controlled, and can provide up to 80 changes per hour. The air being supplied and exhausted must be first pre filtered, then HEPA filtered to a level of H14 prior to entering the cages or the animal room. The air must enter the cage at the top, flow through the cage, then exhaust from the top. The air cannot blow directly onto the animals, and airspeed at living level cannot exceed 0.2 m/sec. CCR and ORCA: Vendor must be registered in the Central Contractor Register (CCR) and Online Representation and Certifications (ORCA) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33, 52.211-6. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 4:00 PM, September 06, 2010. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC Donita Furman, Purchasing Agent, 402-762-4145. Faxed or emailed responses are acceptable. Fax number is 402-762-4148 and email is donita.furman@ars.usda.gov. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NPAMARC/AG6538S10AA83/listing.html)
 
Place of Performance
Address: 2420 2nd Avenue North, Grand Forks, North Dakota, 58203, United States
Zip Code: 58203
 
Record
SN02256179-W 20100828/100826235931-958755402c7628047335616164e559bc (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  © 1994-2020, Loren Data Corp.