The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD has a requirement for 16 compartment suspended non-human primate caging units. The cages will be used for handling and transporting research animals. The cages will be used in rooms of various sizes and will be moved between these rooms, through doorframes and into elevators. 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. It will be the responsibility of the contractor to check the website for the issuance of any amendments/changes to the solicitation. Quotes are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-31. The North American Industry Classification System (NAICS) code is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturig, with a size standard of 500 employees. This proposed combined synopsis/solicitation is 100% small business set-aside. This RFQ is FOB Destination with delivery and acceptance at the Armed Forces Radiobiology Research Institute (AFRRI). The Government requires the best commercial warranty offered to the general public and to the vendor’s best customer. This requirement is for a firm fixed-priced purchase order for the following Contract Line Item Numbers (CLIN) outlined as follows: CLIN, Description, and Quantity.
CLIN 0001 Non-Human Primate Cages
Qty: 16
Point of Delivery: FOB Destination
Location: Armed Forces Radiobiology Research Institute (AFRRI)
8901 Wisconsin Avenue
Bethesda, MD 20889-5603
Minimum Specifications:
1. The following requirements for the cages are:
a. Must be constructed of stainless steel.
b. 4” diameter heavy duty stainless steel swivel casters with zirk lubricating fittings in the swivel and wheel axel. Front casters must have wheel brakes.
c. Front to rear flushing fixed stainless steel excreta pans with rear upper shroud.
d. Feeder with a tamper-resistant spring lock and a standard feeder hole centered below the door.
e. 4 cages: 2W X 2H. Each measure 32” wide x 28” deep x 32” high
f. Must have a removable center panel.
i. One double wire grid panel
ii. One solid stainless steel
iii. One clear solid center sheet partition
g. Removable perch bar assembly (double or triple bar) in each.
h. Edstrom stainless steel automatic watering system
i. Each cage compartment must be rear-suspension at three points with reinforced keyhole perforated slot holes.
j. Each cage compartment must have a squeeze back wire grid panel. Tamper-resistant spring lock.
k. Overall dimensions of the caging unit must be no more than 75” wide, 36” deep and 82” high.
l. Vertically sliding guillotine-style door with a tamper-resistant spring lock.
m. Cages should be mobile and able to travel from room to room.
The Government will award to the responsible offeror whose offer conforms to the combined synopsis/solicitation, is most advantageous to the government, based on the price and other factors considered (e.g. quality, delivery, and warranty). All offerors should submit a minimum of three (3) references from other research laboratories. Offerors must provide specifications and/or literature documentation of the cages. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications – Commercial Item, with the offer. Also, list your DUNS number and Cage Code Number. The following FAR provisions and clauses that apply are:
52.204-4 Printed or Copied Double-Sided on Recycled Paper
52.204-6 Data University Numbering System (DUNS)
52.204-7 Central Contractor Registration
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 Instructions to Offerors—Commercial Items
52.212-2 Evaluation – Commercial Items
52.212-3 Offeror Representation and Certifications—Commercial Items
52.212-4 Contract Terms and Conditions—Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statues
The clauses cited within are applicable
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-Central Contractor
Registration
52.232-36 Payment by Third Party
52.225-13 Restrictions on Certain Foreign Purchases
52.233-4 Applicable Law for Breach of Contract Claim
252.204-7004 Alt A Central Contractor Registration
252.232-7010 Levies on Contract Payments
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items
The clauses cited within are applicable
52.203-3 Gratuities
252.243-7001 Pricing of Contract Modifications
All provisions/clauses can be viewed and accessed electronically at www.arnet.gov/far or
Direct any questions or inquiries in writing by May 20, 2009 to Christina Johnson, Contract Specialist, at Directorate of Contracting, RM A1040C, USUHS, 4301 Jones Bridge Road Bethesda, MD 20814-4799 or via e-mail: [email protected].