Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025

National Institutes of Health, Office of Procurement Management, 6011 Executive Blvd., Rockville, Maryland 20892-7260

99 -- PAN LINERS, MULTI-LAYER, TWO-PLY, ANIMAL CAGE SOL 263-98-B(BC)-0011 POC Sheri Lawson, Contracting Officer, 301/402-3065, or Edward Wilgus, Chief, AB-A, 301/402-3070 E-MAIL: Sheri Lawson, Contracting Officer, lawsons@od.nih.gov. This is a combined synopsis/solicitation for commercial items description, 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; bids are being requested and a written solicitation will not be issued. The solicitation, number 263-98-B(B)C-0011, is issued as an Invitation for Bid (IFB). Contract type will be a firm fixed-price, indefinite delivery, requirements type. The solicitation/contract will include all applicable provisions and clauses in effect through FAC 97-1. The Standard Industrial Classification Code is 2679 and the business size is 500 employees. This requirement is 100% set-aside for Small Business. Contract shall be for a basic twelve month period with four option years. Items to be acquired for the Basic Contract Year: CLIN 0001, Multi-Layer Pan Liners, quantity 1127 Bundles; CLIN 0002, 2-Ply Pan Liners, quantity 218 Bundles; Items to be acquired for Option Year One: CLIN 0003, Multi-Layer Pan Liners, quantity 1127 Bundles; CLIN 0004, 2-Ply Pan Liners, quantity 218 Bundles; Items to be acquired for Option Year Two: CLIN 0005, Multi-Layer Pan Liners, quantity 1127 Bundles; CLIN 0006, 2-Ply Pan Liners, quantity 218 Bundles; Items to be acquired for Option Year Three: CLIN 0007, Multi-Layer Pan Liners, quantity 1127 Bundles; CLIN 0008, 2-Ply Pan Liners, quantity 218 Bundles; Items to be acquired for Option Year Four: CLIN 0009, Multi-Layer Pan Liners, quantity 1127 Bundles; CLIN 0010, 2-Ply Pan Liners, quantity 218 Bundles. The contractor shall provide multi-layer pan liners in accordance with the following: Performance/Functional Specifications for Items 1,3,5,7 and 9 are as follows: The Animal Cage Pan Liners shall have these required features: (1) shall be an eight sheet, multi-ply product, which consist of seven absorbent top sheets and a polyethylene backing or bottom sheet; (2) the absorbent sheets and the polyethylene backing shall be both embossed (total area)and glued, using a non-toxic, non-water soluble rubber based glue; (3) the top ply sheets shall be 10 lbs white bleached tissue paper, with absorption rate of a minimum of 43 cc per square foot; (4) the bottom ply shall consists of a 1 ml polyethylene sheet, designed not to pull apart when wet; (5) the pan liner shall measure 26.375 inches x 27.375 inches (67 cm x 69 cm), the tolerance on both dimensions shall be plus or minus 0.0625 inches (0.158 cm); (6) the pan liners shall not be treated with any antibiotics; and (7) shall be approximately 266 sheets per bundle and the weight shall not exceed 40 lbs per bundle (18.14 kg). Performance/Functional Specifications for Items 2,4,6,8 and 10 are as follows: The Animal Cage Pan Liners shall have these required features: (1) shall be a 2-ply product which consist of a top absorbent sheet and a bottom polyethylene sheet, glued together with a rubber based type glue; (2) the top ply shall be 28 lb felt paper, embossed to increase the rigidity. The pan liner shall be semi-rigid; (3) the bottom ply shall consist of a 1 ml polyethylene sheet, with absorption rate of not less than 76 cc per square foot; (4) the pan liner shall be designed not to pull apart when wet; (5) shall measure 18.25 inches x 26.375 inches (46 cm x 67 cm), with a tolerance level of +- .001 inch -- .015 inch (0.002 cm -- 0.038 cm); (6) the pan liner shall not be treated with any antibiotics; and (7) shall be bundled in a quantity such that the weight does not exceed 40 pounds (18.14 kg), approximately 275 sheets. Delivery shall be made F.O.B. Destination within fifteen (15) days after individual orders to: National Institute on Aging (NIA), Gerontology Research Center (GRC), 5600 Nathan Shock Drive, Room 1E08, Baltimore, Maryland 21224-6825. Deliveries shall be made twice a month. Bidders must provide literature and bid sample(s) and/or other existing materials that demonstrate that their bid meets the foregoing requirements. The contract will be awarded to the responsible bidder with the lowest-price offer that fully meets the requirement of the solicitation. SAMPLE REQUIREMENT: A sample of the pan liner being offered shall be furnished at no expense to the Government and as part of the bid. The samples will remain the property of the government and will not be returned. The sample requirement cannot be waived. Bidders failing to submit samples will be considered non-responsive and will be rejected. all samples must be received on or before the time set for opening. Samples shall be tagged showing the solicitation number, contractor's name and the word "Sample". This solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, and at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. The resulting contract will incorporate requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS and the requirements contained in paragraphs (a),(b)(2,3,4,6,7,8,9,10,11,17, and 18,) of FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS, will not be used in the evaluation of bids submitted. The existing product literature, bid sample(s) will be used as a basis for evaluation with submitted bids. Past performance will also be considered. NOTE: Bidders must submit a completed copy of FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with their bid. Other FAR clauses that are applicable are as follows: FAR 52.214-20, 52.214-21, 52.216-1, 52.216-18, 52.216-19, 52.216-21, 52.217-5, 52.217-9, 52.217-8, 52.219-6, and 52-233-2. Full text copies of the Representations and Certifications or other cited provisions and clauses may be obtained from Sheri Lawson (301)402-3065 or fax (301)402-3407. Bids must be in writing and are due no later than FIFTEEN (15) DAYS after publication of this notice. Please cite the solicitation number on your bid. If sending bids through the US mail submit to: National Institutes of Health, Office of Procurement Management, OA, 6011 Executive Blvd., Room 529Q, Bethesda, MD 20892-7260. If sending bids using Federal Express or other carrier submit to: National Institutes of Health, Office of Procurement Management, OA, 6011 Executive Blvd., Room 529Q, Rockville, MD 20852 (0033)

Loren Data Corp. http://www.ld.com (SYN# 0249 19980204\99-0004.SOL)


99 - Miscellaneous Index Page