Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 8

Combined Synopsis/Solicitation Notice

SUBJEC Individual Ventilated Caging System


T*

GENERAL INFORMATION
CONTRACTING OFFICE’S ZIP CODE* 15212-5319

SOLICITATION NUMBER* 36C24E22Q0312

RESPONSE DATE/TIME/ZONE 09-20-2022 3:00 PM EASTERN TIME, NEW


YORK, USA

ARCHIVE 7 DAYS AFTER THE RESPONSE DATE

RECOVERY ACT FUNDS N

SET-ASIDE

PRODUCT SERVICE CODE* 6640

NAICS CODE* 333999

CONTRACTING OFFICE ADDRESS US Department of Veterans Affairs

Veterans Health Administration

Regional Procurement Office (RPO) East

323 North Shore Drive, Suite 500

Pittsburgh PA 15212-5319

POINT OF CONTACT* Contract Specialist

Shannon Hukriede

shannon.hukriede@va.gov

PLACE OF PERFORMANCE
ADDRESS VA New Jersey Health Care System

*= Required Field Combined Synopsis/Solicitation Notice

Page 1 of 8
Combined Synopsis/Solicitation Notice
385 Tremont Avenue

Building 7 Room B-165

East Orange NJ

POSTAL CODE 07018

COUNTRY

ADDITIONAL INFORMATION
AGENCY’S URL

URL DESCRIPTION

AGENCY CONTACT’S EMAIL ADDRESS

EMAIL DESCRIPTION

Combined Synopsis/Solicitation Notice

Page 2 of 8
Combined Synopsis/Solicitation Notice
DESCRIPTION
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)

1.0 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 DESCRIPTION OF
NUMBER 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

Combined Synopsis/Solicitation Notice

Page 3 of 8
Combined Synopsis/Solicitation Notice
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 _________________ _______

Combined Synopsis/Solicitation Notice

Page 4 of 8
Combined Synopsis/Solicitation Notice
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

Combined Synopsis/Solicitation Notice

Page 5 of 8
Combined Synopsis/Solicitation Notice

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.

Combined Synopsis/Solicitation Notice

Page 6 of 8
Combined Synopsis/Solicitation Notice
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)


Combined Synopsis/Solicitation Notice

Page 7 of 8
Combined Synopsis/Solicitation Notice
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.

Combined Synopsis/Solicitation Notice

Page 8 of 8

You might also like