Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

66 -- Custom Bio-Containment Units

Notice Date
1/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI12033
 
Archive Date
2/28/2012
 
Point of Contact
Marilyn Apolito, Phone: 301-534-0497, Phyllis K Exum, Phone: 301-402-5762
 
E-Mail Address
ma46j@nih.gov, Phyllis.Exum@nih.hhs.gov
(ma46j@nih.gov, Phyllis.Exum@nih.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined/synopsis solicitation, Notice of Intent, 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 not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI12033 and the solicitation is being issued as a Notice of Intent. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-55, Jan 3, 2012.). This acquisition will be processed under Simplified Acquisition Procedures. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure from Carter2 Systems, Inc; 2750 SE 39th Loop, Hillsboro, OR, 97123-8435; 332618; small business. This requirement is for the purchase of Custom Bio-Containment Units; Quantity 2 each. The proposed additional caging system is needed to house small nonhuman primates that are infected with Tuberculosis. The lab is currently using the same units; and in order to maintain the quality and integrity of the research, animals and biosafety containment standards, it is essential to maintain the same animal environmental conditions. These conditions can only be met by replicating the customized equipment currently in use. 1. The units must have the following: (1) The Bio Unit is constructed entirely of 304 Stainless Steel with Tempered Glass; (2) One over one configuration with each chamber operating independently; (3) The Bio Unit is suitable for autoclave and allows for removable cages to be used; (4) Chambers will allow up to 6.0 sq.ft. Removable Cages and features include: • Outer Bio Cage Door (.105 ga. SS) fully opens and is lockable in closed position. The Outer Door is fully sealed when closed. A Hepa Filter Box is located on the Front Sealed Door and will accommodate Warming Units. • A Tempered Glass Window provided on outer door and is fully sealed. • Tempered Glass Windows provided on both sides of cage using (.105 ga. SS) and are fully sealed. • Fan Box at rear of unit allows snorkel connection to facility air and can also run independently of facility air if needed as a backup. • Gasketed frame to insert into the HEPA housing box and will provide a sealed connection to chamber unit, certified IEST-RP-CC001. • Unit supported on 4" Polyurethane caster wheels w/stainless steel rigging, fully autoclavable. • Tethering Device to secure front door open during autoclave process. • Bumper/Handle provided on rear of units. • Destaco clamp to secure fan/filter box at rear of unit. • All SS.162" Dia. welded wire construction with 1" x 1.5" front wire pattern. • Dimensions of cages are approx. 34" wide x 27" deep and 32" tall. • Removable perch mounted to the upper ¾ of front left hand corner of cage. Perch made of a 2 sided 1" x 1" SS angle frame with a ¾" x ¾" welded wire panel in the base. Angle frame used to help retain feed utensils when placed on perch. Hooks provided on 10" side without angle frame for attaching to inside front of cage. Removable perches are approx. 10" long x 6" wide in size. Squeeze back will slide on TIVOR HOT plastic bearing blocks. No metal to metal surfaces. Squeeze will latch in various forward positions. • The squeeze back can be latched at various forward positions when pulled. • A Horizontal Sliding Animal Door provided with SS door latch. • Feed Bowl holder provided. (Size of bowls to be provided by customer) • Nest Boxes provided. Boxes will be approx. 6" tall x 7" wide x 8"deep with an opening on one narrow side for access to animals. Box to have a thermal neutral floor material. Nest Box can be placed in various areas of Cage. • Removable waste pan provided with latch. Pan slides on rails under cage. • Additional SS wires on both sides of cage to reduce space between wires. • Lock tabs provided. • SS latches and clips to secure cage into chamber when operating squeeze. • Cages are bead blasted to a matte finish. The North American Industry Classification System (NIACS) Code for this acquisition is 334516, and the small-business size standard is 500 employees. This is a firm fixed-price contract and the FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Friday, February 13, 2012. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE38F, MSC/2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to apolitom@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Marilyn Apolito at 301-402-5760. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI12033/listing.html)
 
Place of Performance
Address: 10401 Fernwood Drive, Suite 200, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN02658990-W 20120125/120123234031-eadffdbf080c2709c0acbc0601f06e3d (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.