This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-C-1800772.
This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-88 6-15-16.
The North American Industry Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000. This requirement is not set aside for small business.
The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to acquire qty. of 100 replacement multispecies animal caging that match the existing caging system. Replacement caging & parts are needed in the High Containment area. These cages & parts must be 100% compatible with existing equipment and caging.
Cage rack model # PNCT4SU24SP
The Government seeks the following:
Product code # PCT4SMV4L QTY: 100 - Cage, T4S, Polysulfone High Temperature Plastic 2 each Air Kups, 4 each Draw Latches with secondary catch
Product code # 314863 QTY: 100 - Micro Barrier Top, TS4 PNC With Stainless Steel Ports, Extended Height, Polysulfone high temperature plastic, solid, 4 each stainless steel latch keepers
Product code # SPL48RS-13W QTY: 100 - Spin on Lid assembly with welded washer, 3" with 1" bend sipper tube with ball
This caging & parts must be able to endure autoclaving for decontamination.
FOB Point shall be Destination; Hamilton, MT 59840.
Shipping must be included if applicable
Place of Performance:
Rocky Mountain Laboratory
Hamilton, MT
United States
Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, and the best value to the government.
The following FAR provisions apply to this acquisition:
52.212-1 Instructions to Offerors Commercial Items (Oct. 2015)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (April 2016)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items
The following contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2016)
The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (Feb 2015)
FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (Feb 2015)
52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013)
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered and active in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).
Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request, either by telephone or fax.
This is an open-market combined Notice of Intent for replacement multispecies animal cages to be 100 % compatible with our existing caging system defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than July 26, 2016 9:00 a.m MST.
Offers may be mailed, e-mailed or faxed to Diana Rohlman; (Fax - 406-363-9288), ([email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
All responsible sources may submit a capability statement, proposal or quotation that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman, ([email protected])