Stainless Steel Bulk Trucks with Autoclavable Wheels for the NINDS Animal Health Care Section (№13509078)

04 mar

Number: 13509078

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


04-03-2019

Description


Stainless Steel Bulk Trucks with Autoclavable Wheels for the NINDS Animal Health Care SectionSolicitation Number: NIH-NIDA-CSS-2019-0002
Agency: Department of Health and Human Services
Office: National Institutes of Health
Location: National Institute on Drug Abuse

Solicitation Number: NIH-NIDA-CSS-2019-0002

Notice Type: Award

Contract Award Date: March 1, 2019

Contract Award Number: 75N95019P00042

Contract Award Dollar Amount: The dollar value of this Purchase Order, plus options is not to exceed $136925.

Contractor Awarded Name: Allentown, Inc.

Contractor Awarded Address: 165 Route 526
Allentown, New Jersey 085010698
United States

Synopsis: Added: Oct 30, 2018 11:28 am 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.

The solicitation number is NIH-NIDA-CSS-2019-0002 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item or service and 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 not expected to exceed the simplified acquisition threshold.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated 26 Oct 2018.

The associated NAICS code is 332999 and the size standard in number of employees is 750. This requirement is a total small business set-aside.

Supplies or Services and Prices

The National Institute of Neurological Disorders and Stroke (NINDS) has a requirement to acquire customized bulk material handling trucks for transporting and processing animal cage components from animal holding rooms to the Building 35 Shared Animal Facility (SAF) centralized cage processing facility.

Line Item: 0001
Item: Stainless Steel Bulk Trucks with Autoclavable Wheels
Quantity: 10
Unit of measure: EA
Total Price: $_________

Line Item: 0002
Item: Stainless Steel Bulk Trucks with Autoclavable Wheels - Option for Increased
Quantity -- Separately Priced Line Item
Quantity: 30
Unit of measure: EA
Total Price: $_________

Background and Requirement

The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting 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. There are 8 NIH Istitutes sharing in this endeavor.

The NINDS/ACHS has a need for these replacement customized bulk materials handling trucks to assist with the efficient and safe processing of clean and dirty cage components. Currently, the NINDS/AHCS has more than 20 of these bulk handling designed and customized by Allentown, Inc., (Model No.: 413482). These trucks have been used in operation for several years, and were customized to eliminate the safety risks and research risks outlined above. Standardizing on one bulk handling truck will also provide operational efficiency for transporting the thousands of cage components between cagewash and animal holding rooms each week.

Generic name of product

Stainless Steel Bulk Trucks with Autoclavable Wheels

Salient characteristics

1. Nominal outside dimensions: 42.000" W X 26.000" D X 76.657" H
2. Nominal inside dimensions: 39.000" W X 24.500" D X 68.250" H
3. Stainless steel construction, 304 stainless steel
4. Rear and sides: 0.312" diameter vertical rod design
5. Horizontal shelf (Quantity 1), removable; wire grid design; stainless steel with reinforcements
6. Shelf to be located 36.000" from bottom of baseframe
7. Removable lock bars (Quantity 2); with mounting locations on front of unit
8. Storage bracket for lock bars With pin holder on right side of unit to hold Lock bars when not in use
9. Stainless steel fixed floor design with perforations to prevent water collection
10. 5" X 1.5" Stainless steel swivel plate casters with 45 degree zerk grease fittings (Quantity 4); two (2) each with vertical locking brakes; two (2) each without vertical locking brakes
11. Swivel plate caster equipped with Thermo-Flex (TPE) wheels (Thermoplastic Elastomer) capable of withstanding temperatures up to 475 degrees Fahrenheit without flat-spotting
12. Wheels shall be mechanically bonded to an aluminum core hub equipped with stainless precision ball bearings
13. A minimum one (1) year warranty shall be provided for all material, fabrication, and workmanship
14. Bulk trucks must have the exact form, fit and function with the existing bulk trucks used by the agency making this a sole source requirement.

Delivery shall be 90-120 days after receipt of order (ARO) and options it exercised to:

Animal Health Care Section (AHCS) Loading Dock
National Institute of Neurological Disorders and Stroke, NIH
35A Convent Drive, Bldg. 35
Bethesda, MD 20892
FOB Point: Destination

Period of Performance:

One 12-month base period at time of award.

The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is incorporated by reference.

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 this solicitation will be most advantageous to the Government on the basis of lowest price, technically acceptable. The following factors shall be used to evaluate offers: In addition to price, the Government will award a contract on the basis of technical acceptability in accordance with the Salient Characteristics section of the Purchase Description, the vendor"s ability to meet the required delivery schedule contained in the Delivery Date section, and the required warranty as indicated in this combined synopsis/solicitation. Past performance shall also be considered.

(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.

The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, and is incorporated by reference.

Addendum to FAR clause 52.212-2, Contract Terms and Conditions-Commercial Items applies to this acquisition. The additional contract terms and conditions are as follows.

FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the current period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
(End of Clause)

FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and is incorporated by reference. The following clauses listed in FAR clause 52.212-5 are applicable to the acquisition.

52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-13 Notice of Set-Aside of Orders (Nov 2011)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-1 Buy American - Supplies (May 2014)
52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)

There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

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

All questions shall be received via email to Rieka Plugge at [email protected] before 9:00 a.m., Eastern Standard Time, on 11/02/2018.

Responses to this solicitation must include sufficient information to establish the interested parties" bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

In addition 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."

All responses must be received by 11/13/2018, 9:00 a.m., Eastern Standard Time and reference number NIH-NIDA-CSS-2019-0002. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Responses may be submitted electronically to Rieka Plugge, Contract Specialist at [email protected].

Fax responses will not be accepted.

For questions and information regarding the solicitation, please contact:

Rieka Plugge
Contract Specialist
NINDS Contracts Management Branch
NIDA Office of Acquisitions
Phone: (301) 827-7515
Email: [email protected]

Contracting Office Address: 6001 Executive Boulevard
Room 4211, MSC 9559
Bethesda, Maryland 20892-9559
United States


Place of Performance: National Institutes of Health
9000 Rockville Pike
Bethesda, Maryland 20892
United States


Primary Point of Contact.: Rieka Plugge, Contract Specialist

[email protected] Phone: (301) 827-7515