The RFP Database
New business relationships start here

Mouse Racks


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is HHS-NIH-NIDA-19-009171-CSS and the solicitation is issued as a request for quotation (RFQ).


This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2019-05, effective August 13, 2019.


(iv) This requirement is full and open competition restricted to small businesses on a brand-name or equal basis under NAICS code is 332999-All Other Miscellaneous Fabricated Metal Product Manufacturing, Size Standard: 750 employees.


(v) Mouse Racks


(vi) Background / Purpose / Objective: The National Institutes of Health (NIH), National Institute of Neurological Disorders and Stroke (NINDS) conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Animal Health Care Section (AHCS) of the National Institute of Neurological Disorders and Stroke (NINDS) is tasked with veterinary care, management and oversight. These animals are used by numerous NIH Institutes and Centers (ICs) to carry out their research missions. The institutes and centers sharing in this research endeavor are:
• National Institute of Mental Health (NIMH)
• National Institute on Deafness and Other Communicative Disorders (NIDCD)
• National Institute of Dental and Craniofacial Research (NIDCR)
• National Institute of Child Health and Human Development (NICHD)
• National Eye Institute (NEI)
• National Institute on Aging (NIA)
• National Human Genome Research Institute
• National Center on Complimentary and Integrative Health (NCCIH)


Due to a projected increase in the number of cages occupied within the facility, NINDS ACHS requires additional racks, cages and ventilation fan units to house the expanding animal colonies.


Specifications: Mouse Racks, Cage Components and Ventilation Fan Units, NextGen 80 Cage IVC Mouse Racks and EcoFlo Tower manufactured by Allentown, Inc., 165 Route 526, Allentown, New Jersey 08501, Telephone number: 800-762-2243, email address: www.allentowninc.com. The mouse rack system include the following minimum specifications: (1) Rack dimensions: 82.33 x 67.81 x 24.50 inches (H x W x D); (2) Stainless steel rack construction, 304 stainless steel; (3) Dismantable horizontal airflow manifolds with tethered Exhaust/ Supply manifold caps; (4) Exhaust Plenums compatible with Sentinel EAD Colony Health Monitoring System; (5) Polysulfone cage support runners; (6) Integrated spring operated cage lock with docking indicator; (7) Ergonomic single finger motion docking with auto-locking feature; (8) Able to operate at positive or negative pressure relative to the room; (9) Supply and exhaust ventilation fans in free-standing tower configuration; (10) Ventilation unit dimensions: 59.97 x 16.00 x 24.75 inches (H x W x D); (11) Ventilation fan units automatically adjust for the number of cages currently on the IVC rack; (12) Ventilation fan units shall be equipped with EC motors specifically designed for low power consumption; (13) Ventilation units shall be equipped with Wi-Fi communication and shall be capable of communicating with the vivarium's existing Wi-Fi IVC monitoring system; (14) Ventilation units shall be equipped with temperature and humidity sensors in both supply and exhaust air paths; (15) Ventilation units shall provide for automatic filter load compensation; (16) Ventilation units shall provide differential pressure sensing capabilities; (17) Ventilation units shall include basic LED power and alarm lights and shall be monitored and controlled thru a Wi-Fi enabled tablet application; (18) HEPA-filtered (99.995%) supply and exhaust air circulated through the cages; (19) Supply air enters at the cage bottom, exhaust air exists thru the cage lid; (20) Cages and lids are made of high temperature polysulfone; (21) Silicone gaskets present in cage lids; (22) Racks on four 5" X 1.5" Stainless steel (304 grade) swivel plate retort casters, all with vertical locking brakes, stainless steel (304 grade) axles and nuts, and stainless steel (304 grade) precision bearings with zerk fittings and grease seals; (23) Swivel plate casters shall be equipped with polypropylene wheels capable of withstanding temperatures up to 290 degrees Fahrenheit without flat-spotting; (24) A minimum one (1) year warranty shall be provided for all material, fabrication, and workmanship; and (25) 100% compatible with existing mouse caging manufactured by Allentown, Inc.

Quantity: A minimum of 6 mouse racks, with sufficient cage components to fully outfit the racks and provide 25% extra for cage change-out, and 2 ventilation fan units are anticipated at the time of award. The award may also include the option to purchase additional quantities within 1-year after award. The additional quantities of not less than 3 racks and associated cage components plus 1 ventilation fan unit may be ordered during the base year, if funds are available. An option to extend the term of the contract for an additional four (4) 12-month periods are also anticipated, the additional quantities of not less than 3 racks and associated cage components plus 1 ventilation fan unit may be ordered during the option years if funds are available. It is estimated that as many as 26 additional racks, and associated cage components/change out equipment and up to 15 ventilation fan units will be needed during the option years. Due to the volatility of the prices and tariffs on raw materials used to fabricate this equipment, revised quotes will be obtained for each subsequent option year.


(vii) The place of performance is the National Institute of Neurological Disorders and Stroke (NINDS), Bethesda, Maryland, 20892.


(viii) The provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.


Addenda to FAR Clause at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
1. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include fixed unit prices for the base period and each option.
2. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
3. The government anticipates a firm fixed-price, indefinite delivery contract for the base period, each option period, and each option for additional quantities.
4. The offer must include a price quote for the base period, each option to extend the term of the contract, and each option for additional quanities within the base period iand each option period in accordance with the pricing proposal sheet.
5. The Pricing Proposal Sheets are attached as the addenda to FAR Clause at 52.212-1, Instructions to Offerors-Commercial.


(ix) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factor used to evaluate offers is attached.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)


Addenda to FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The factors used to evaluate offers is attached as the addenda to FAR clause 52.212-2, Evaluation-Commercial Items.



(x) Offerors shall include a completed copy of the provisions of FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.


Addenda to FAR Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is attached.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated herein in full text.


(xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.


(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


(xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 20, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted.


(xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.


 


Debra C. Hawkins, Acquisition Policy Analyst II, Phone 301-827-7751, Email debra.hawkins@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP