The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52, 31 May, 2011.
The associated North American Industry Classification System (NAICS) Code is- 332618 Other Fabricated Wire Product Manufacturing. Small Business Size Standard is 500 in number of employees.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 01:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 24, 2011 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 432Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Sondea Blair by e-mail at [email protected], phone (870) 543-7469, or fax (870)-543-7990.
The U.S. Food and Drug Administration's National Center for Toxicological Research (NCTR) located in Jefferson, Arkansas is conducting a two-year rat chronic Bisphenol A (BPA) study. The study requires minimal background exposure to BPA in caging materials. As part of a complex of studies designed to target potential toxic effects of BPA, a monomer used in production of certain plastics widely used in food contact materials at low levels of exposure, caging and isolator tops are required to leach low levels of BPA. For a prior rat range-finding study (E2176.01) and current mouse diet study (E218301), NCTR chemists assessed and developed a protocol that demonstrated polysulfone cages manufacturer by Ancare leached minimal BPA (1,000-fold less) relative to commercially available caging comprised of other materials . To maintain study continuity, polysulfone cages and isolator tops shall be warranted for the 2-yarr rat chronic BPA study.
Only new materials will be considered. Used and refurbished caging and equipment is not acceptable.
The Food and Drug Administration is soliciting brand name or equal quotes for:
Item 1.
Rat Cage Bottoms
Product should be Ancare or equal to Ancare Code R20PLF - Polysulfone Cage Bottom, Rat
• Minimum size 19 X 10.5' X 8"H
• Polysulfone Material
• Autoclavable to 270ºF (131ºC).
Quantity: 1,250 Each
Unit Price: _____________
NOTE: All price quotes should be inclusive of shipping and delivery costs.
Item 2.
Rat Cage Tops to Fit Rat Cage Bottoms
Product should be Ancare or equal to Ancare Code R20MBTPLF - Micro-Filter Top, Polysulfone Cage Bottom, Rat
• Polysulfone Material
• Microfilter Tops
• Perforated Retainer
• Autoclavable to 270ºF (131ºC).
Quantity: 1,750 Each
Unit Price: _____________
The government is not responsible for locating or securing any information, which is not identified in the response.
FOB Destination - US Food and Drug Administration
3900 NCTR Road
Jefferson, AR 72079
Contract Type - Commercial Item, Firm Fixed Price. Simplified procurement procedures will be utilized.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Technical capability of the items offered to meet the Government's requirements states herein.
2. Prior experience over the last five (5) years in furnishing the offered or equal caging systems to other Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) accredited institutions, to include institution and point of contact name, phone number and email address for each institution identified.
3. Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical acceptability will be determined by review of information submitted by the quoter which must provide sufficient descriptive literature that unequivocally demonstrates that offered products are equal to that of the Ancare caging systems identified above.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33.
Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
A standard commercial warranty on parts and workmanship is required.
The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.