6640--Individual Ventilated Caging System
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E22Q0312. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as Full and Open Competition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The VA New Jersey Health Care System (VANJHCS) requires an Allentown individually ventilated cage (IVC) system for its Research Service and Veterinary Medical Unit (VMU). An IVC system is required for biosafety level (BSL)-2 research, and not only provides individual air supply to each cage, but also provides HEPA-filtration for the exhaust of the air before it is carried-out through the building exhaust ventilation. The system also includes a dedicated biosafety hood for the room containing the IVCs such that the waste from the cages can be properly removed. A firm-fixed price contract will be awarded for the purchase of brand name equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required Allentown equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS Allentown Individually Ventilated Caging System ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA ____________ _______ IVC, Rat, 30 Cage, 900 NexGen, PNC, Rear Plenums 4" Exhaust (Left) & 4" Supply, Runners (Plastic), H2O Studs, 5" x 1.5" Gray Retort Casters, Integrated Cage Locks, Single Face, 5 Columns x 6 Tiers, Drawing 0002 180.00 EA _________________ _______ EXTERNAL BOTTLE TOP, RAT, 900 NEXGEN, DUAL POCKET, CLEAR POLYSULFONE HIGH TEMPERATURE PLASTIC, T-99 FILTER, PURPLE HINGED RETAINER, FLEX LOCKS 0003 180.00 EA _________________ _______ Wire Bar Lid, Rat, 900 Nexgen, Stainless Steel, Rim Rod Design, Full Size, Front Pocket 0004 180.00 EA _________________ _______ CAGE, RAT, 900 NEXGEN, CLEAR POLYSULFONE HIGH TEMPERATURE PLASTIC, CENTER AIR KUP, (FOR USE WITH FULL SIZE WIRE BAR LID, FRONT POCKET) 0005 540.00 EA _________________ _______ BOTTLE, 350ml, CLEAR POLYSULFONE HIGH TEMPERATURE PLASTIC, WITH GRADUATIONS 0006 540.00 EA _________________ _______ CAP, ASSEMBLY, SLIP ON WITH 2.75"/69.85mm TUBE, 0.086 0007 120.00 EA _________________ _______ CARDHOLDER, 3" X 5", HORIZONTAL , POLYSULFONE HIGH TEMPERATURE PLASTIC, PURPLE, XJ/ NEXGEN/ BCU2/ 10147PNC/RAT BCU,LID MOUNT PLASTIC CLIP, FLIP UP 0008 120.00 EA _________________ _______ ENRICHMENT LOFT, RAT, 900/1800 NEXGEN, PLASTIC, RED 0009 4.00 EA _________________ _______ BLOWER, ECOFLO, SUPPLY, 115V, TOUCH SCREEN, GREY, PURPLE LABEL, NORTH AMERICA/TAIWAN/JAPAN CORD SET, ENGLISH 0010 4.00 EA _________________ _______ HOSE ASSEMBLY, XXX", 3:4 (76.200:101.600), RIVETED, GRAY, WHITE RINGS (FIXED LENGTH FOR RACK MOUNT 0011 4.00 EA _________________ _______ BLOWER, ECOFLO,VENT, 115V, GREY, PURPLE LABEL, INTERCONNECT CORD 0012 4.00 EA _________________ _______ TRANSITION ASSEMBLY, 4", ECOFLO, EXHAUST, WHITE, WITH CLAMP 0013 4.00 EA _________________ _______ HOSE ASSEMBLY, XXX", 4:4 (101.600:101.600), RIVETED, GRAY, WHITE RINGS, PORT (FIXED LENGTH FOR RACK MOUNT) 0014 4.00 EA _________________ _______ HOSE ASSEMBLY, EXHAUST, DIRECT CONNECT, 48", 4:4, RIVETED, GRAY, RED RINGS 0015 4.00 EA _________________ _______ BASKET, BOTTLE, 350ML, 24 COMPARTMENT, STAINLESS STEEL, WITH MESH RETAINER 0016 1.00 EA _________________ _______ DOLLY, BOTTLE BASKET (2416M, 2015/17M, 2015/17MR, 40250M), STAINLESS STEEL CASTERS, NO BRAKES, WITH BLACK PHENOLIC WHEELS, STAINLESS STEEL , WITH PUSH HANDLE 0017 1.00 EA _________________ _______ SAFETY CABINET SC PLUS, 4 FT, CLASS II A2 BSC NSF-LISTED WITH 12" SASH OPENING, LED LIGHTING, SoLo TM ELECTRIC HYDRAULIC LIFT BASE STAND WITH OPTION PACKAGE 1 = 1 0018 1.00 EA _________________ _______ SHIPPING AND HANDLING GRAND TOTAL _______ 1.3 Product Capabilities & Salient Characteristics or equal The Vendor will supply a cage system that required the following specifications: Up to four racks, on casters, that contain a grand total of at least 100 IVCs (e.g. 4 racks of 25 IVCs) All cages must be constructed of high temperature plastic All cages must include stainless steel cage tops with pockets for water bottles and food All cages must include individual water bottles and tops (with 50% additional bottles and tops to allow for switching out for cleaning) Rack for moving water bottles from the system for cleaning All cages must include cardholders of stainless steel or high temperature plastic Enrichment features for cages 110/115V AC powered air supply blowers A command-control system that controls, monitors, and records airflow through the system Hoses providing filtered air to the cages Cage caps for keeping an airtight seal over the cages that connect the hoses for supply and exhaust Hoses to exhaust air from the cages to the room exhaust vents Providing any additional assembly required to attach cage exhaust to the room exhaust A separate class II safety cabinet/hood (at least 48 in. wide) that can be placed in the room for cleaning the cages Labor to construct the system, demonstrate how it is used, and ensure it is fully functioning before labor departs. Special requirements: Contractor will install the system, except the final connection to the exhaust ducts. VANJHCS Facilities Management Service will connect the system to the room exhaust ducts. Contractor will provide on-site support in case the system breaks down. Warranty/Maintenance No less than three years parts and labor warranty. The product capabilities and salient characteristics identified above by a brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified Procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-06, Effective May 26, 2022. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. 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. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to shannon.hukriede@va.gov and Offerors must reference Solicitation 36C24E22Q0312in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Tuesday, September 20, 2022, NLT 3:00 PM EDT.
Data sourced from SAM.gov.
View Official Posting »