Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
MODIFICATION

B -- Modifications to a Cough Aerosol Simulation System

Notice Date
4/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, West Virginia, 26505
 
ZIP Code
26505
 
Solicitation Number
000HCCCG-2011-96208
 
Archive Date
6/15/2011
 
Point of Contact
Rebecca S Mullenax, Phone: 304-285-5880, Kimberly P Groves, Phone: 304-285-5885
 
E-Mail Address
rmullenax@cdc.gov, kgroves@cdc.gov
(rmullenax@cdc.gov, kgroves@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NOTICE: The Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), Health Effects Laboratory Division (HELD), Allergy and Clinical Immunology Branch (ACIB), 1095 Willowdale Road, Morgantown, WV 26505, has a requirement for a modified version of a cough aerosol stimulator which is capable of reproducing the spread of infectious aerosol particles in a room after a simulated human cough. This requirement is solicited as unrestricted. The CDC intends to award a single Firm-Fixed-Price Purchase Order in accordance with FAR Part 13. (Depending on availability of funds). From 2007 through 2010, NIOSH and West Virginia University collaborated on a project to design, construct and test a custom‐built cough aerosol simulation system. The cough aerosol simulator uses a piston and cylinder driven by a computer‐controlled linear motor to reproduce the flow pattern associated with a human cough, and a nebulizer, drier and mixer to generate and condition the test aerosol. The system is controlled by a computer running custom‐written software. The system simulates a patient with an infectious respiratory disease such as influenza who is coughing and expelling potentially infectious particles into the air. Current cough aerosol simulation system. During an experiment, the cylinder is loaded with a test aerosol containing an infectious respiratory virus such as influenza. The linear motor then pushes the piston upwards, which "coughs" the test aerosol into the experimental test chamber. After extensive testing and computational fluid dynamics (CFD) modeling of the system, one important limitation has become apparent. As currently designed, the cough produced by the system is at or slightly below room temperature. However, actual human coughs are closer to body temperature. Because of this, the plume from a human cough is buoyant relative to the ambient environment and tends to rise. Computer modeling by WVU has shown that this buoyant plume could potentially carry aerosol particles further than seen during room‐temperature coughs, which means that infectious particles could spread more widely throughout a room. For this reason, it is now necessary to construct a second cough aerosol simulation system identical to the first custom‐built system, except modified to produce coughs at body temperature. The new system needs to be otherwise identical to the current one so that the systems are interchangeable and can use the same software for controlling the system, interfacing with other equipment, and collecting data, and so that results can be directly compared. After construction, experiments and CFD simulations will need to be performed to verify that the new system is capable of producing body temperature coughs and to compare the dispersion of coughs at room and body temperature. The new system should have the following characteristics: 1) The system should be able to reproduce the air flow and volume profile of prerecorded human coughs. 2) Simulated coughs should contain a high concentration of aerosol particles (108 particles/liter of air exiting mouth) with a size distribution comparable to those produced by human coughs when exiting the mouth. 3) The cough outlet should be 60" from the ground and have a 0.8" inner diameter. 4) The temperature of the simulated coughs should be consistent and controllable from room temperature (20°C) to body temperature (37°C). 5) The major components of the new system (cough cylinder, linear motor and amplifier, computer interface cards, control valves, etc.) should be as identical as possible to the existing system so that the performance of the two systems are identical. 6) The system should be compatible with the existing cough aerosol system control, interface and data collection software and hardware. 7) The floor footprint of the new system should be the same as the existing system. 8) The system should not release more heat into the environment than the existing system. 9) The system should not have external fans or other devices that will generate air flow within the test chamber. 10) The system should be capable of continuous operation in an environment with a temperature of 4°C to 33°C with relative humidities of 10% to 90% (non‐condensing). 11) Nondestructive biological decontamination of system components exposed to infectious material must be possible. Period of Performance: This work should be completed within one year of awarding of the contract. Total___________________________ All quotes will be due on May 2, 2011. No verbal or written requests for copies will be accepted. It is the responsibility of perspective offerors to stay abreast of additional postings regarding this solicitation at the FedBiz Opps internet site. No government-wide notes apply. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a Federal contract. The website is: www.ccr.gov. All responsible responsive sources may submit an offer which shall be considered by the agency. Solicitation ~ Non Commercial Supplies < $100,000 (As of March 25, 2008) 52.204-8 -- Annual Representations and Certifications (Jan 2006) (a) (1) The North American Industry classification System (NAICS) code for this acquisition is 33416. (2) The small business size standard 500 employees (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) (1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (c) applies. [ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within 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 (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of Provision) 52.207-4 -- Economic Purchase Quantity - Supplies (Aug. 1987) (a) Offerors are invited to state an opinion on whether the quantity (ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS ITEM QUANTITY PRICE QUOTATION TOTAL (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. (End of Provision) 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) (Dec 2007) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). (v) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2003). (v) 52.233-1, Disputes (July 2002). (vi) 52.244-6, Subcontracts for Commercial Items (Mar 2007). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (DEC 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use within the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000.) (x) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xii) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies). (iii) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (iv) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR: http://farsite.hill.af.mil/vffara.htm http://www.arnet.gov/far/ HHSAR: http://farsite.hill.af.mil/vfhhsara.htm (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post acceptance rights -- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of Clause) 52.225-2 -- Buy American Act Certificate (June 2003) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No.: Country of Origin: [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of Provision) 52.225-18 - Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Online Representations and Certification Application (ORCA) (Dec 2005) All potential Contractors are required to complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with registration in the Central Contractor Registration (CCR) database per FAR 4.1102 and FAR 4.1201. Certifications in ORCA are required prior to the submission of contract proposals. (a) Contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors with current contracts shall notify the Contracting Officer in writing when changes are made to ORCA. The representations and certifications are effective until one year from date of submission or update to ORCA. (End of provision) Basis of Award - Single Award Subject to the provisions contained herein, award will be made to the single responsive, responsible bidder offering the lowest price. (End of provision) Certification (May 1998) TO BE COMPLETED BY THE OFFEROR: (The Offeror must check or complete all appropriate boxes or blanks in the Representations and Certifications contained herein). The Representations and Certifications must be executed below, by an individual authorized to bind the offeror. The offeror makes the forgoing Representations and Certifications as a part of its proposal. ____________________________________________ ___________________________ (Name of offeror) (Solicitation Number) ____________________________________________ ___________________________ (Signature of Authorized Individual) (Date) _____________________________________________________________________________________ (Typed Name of Authorized Individual) Note: The penalty for making false statements in offerors is prescribed in 18 U.S.C. 1001. (End of provision) Contracting Officer (a) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. (b) No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) FAR Clause Description Application 52.204-7 Central Contractor Registration (July 2006) 52.211-5 Material Requirements (Aug 2000) 52.211-6 Brand Name or Equal (Aug 1999) Applies to all purchase orders that specify a brand name 52.213-2 Invoices (Apr 1984) Applies to purchase orders for subscriptions, etc 52.219-14 Limitations on Subcontracting (Dec 1996) Applies to purchase orders that are set aside for 8(a) 52.219-28 Post-Award Small Business Program Representation (June 2007) 52.223-6 Drug-Free Workplace (May 2001) 52.225-3 Buy American Act -- Free Trade Agreements--Israeli Trade Act (Aug 2007) Applies to supply purchase orders over $25,000 52.225-3 Alternate 1 Applies to supply purchase orders over $25,000< $50,000 52.225-3 Alternate II Applies to supply purchase orders over $50,000 < $64,786 52.227-1 52.233-3 Authorization and Consent (Dec 2007) Protest After Award (Aug 1996) 52.242-15 Stop-Work Order (Aug. 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.243-1 Changes -- Fixed Price (Aug 1987) 52.246-1 Contractor Inspection Requirements (Apr 1984) 52.246-2 Inspection of Supplies -- Fixed-Price (Aug. 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) HHSARClause Description Application 352.270-6 Publications and Publicity Clause Description Applicable when checked 52.219-3 Notice of Total HUBZone Set-Aside (Jan 1999) 0 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 0 52.219-20 Notice of Emerging Small Business Set-Aside (Jan 1991) 0 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) 0 Special Circumstance ~ Hazardous Materials ~Include when required Clause Description Applicable when checked 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 0 52.223-3 Alternate 1 (Jul 1995) 0 52.223-7 Notice of Radioactive Materials (Jan 1997) 0 352.223-70 Safety and Health (January 2006) 0 OTICE OF INTENT TO ISSUE A PURCHASE ORDER. The Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), Health Effects Laboratory Division (HELD), Allergy and Clinical Immunology Branch (ACIB), 1095 Willowdale Road, Morgantown, WV 26505, hereby announces its intent to issue a purchase order (depending on availability of funds) to West Virginia University Research Corporation. This procurement action is for a modified version of a cough aerosol stimulator that was originally designed by West Virginia University. This is a custom built system with proprietary design information and proprietary software. This system is capable of reproducing the spread of infectious aerosol particles in a room after a simulated human cough and this is the only one of its kind. Responsible sources that believe they possess the expertise and capabilities identified above are encouraged to submit to the Contracting Officer within 15 days from the posting date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward the capability statement and pricing information to Rebecca Mullenax, Purchasing Agent, Reference 000HCCCG-2011-96208, Centers for Disease Control, NIOSH, ATTN: Rebecca Mullenax, MS: GD, 1095 Willowdale Road, Morgantown, WV 26505. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a federal contract. The website is: www.ccr.gov. The Government will review any/all capabilities statements and pricing information submitted and determine if other qualified sources do exist that could provide this requirement. Information received in response to this announcement will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, in accordance with FAR 13.106-1(b)(1), negotiations will be conducted with West Virginia University Research Corporation, 886 Chestnut Ridge Road, Room 202, Morgantown, WV 26506-6845, as the only source and a purchase order will be issued without any additional notices being posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/MNIOSH/000HCCCG-2011-96208/listing.html)
 
Record
SN02427510-W 20110420/110418234646-201c98ad18180dcca0c5235e3bb4a749 (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.