SOLICITATION NOTICE
66 -- Metabolic Chamber System for Mice
- Notice Date
- 6/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NHLBI-PB(HL)-2007-149DDC
- Response Due
- 7/11/2007
- Archive Date
- 7/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This notice 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, wherein proposals are being requested and a written solicitation will not be issued. The synopsis / solicitation number NHLBI-PB(HL)-2007-149-DDC is being issued as a request for quotation. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-17. This requirement is being conducted as a total small business set aside and is classified under the North American Industry Classification System Code (NAICS) 334516 - Analytical Laboratory Instrument Manufacturing, Size Standard is 500 employees. Market Research conducted by the Government has determined that the equipment can be provided by at least three (3) vendors in the commercial market. The delivery point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI, Bethesda, Maryland. The requested delivery date is thirty (30) calendar days after receipt of the purchase order. The National Heart, Lung, and Blood Institute's (NHLBI), Office of Acquisitions, for NHLBI's Division of Intramural Research (DIR), intend to purchase a Metabolic Chamber System for Mice. The Government is interested in measuring metabolic parameters in genetically engineered mouse models to translate the mechanisms of metabolic regulation observed in cell and tissue models. In order to do this, the government needs to measure in vivo oxygen consumption, carbon dioxide production,. efficiency of energy generation and work performed in whole animal during rest, exercise and daily physical activity. The Government?s required functional specifications for the Metabolic Chamber System is as follows: 1. The metabolic chamber system needs to be a fully integrated product incorporating gas sensors, flow meters, PC interface and software into a single system with flexibility to increase the number of metabolic chambers up to 32. 2. A minimum configured system should include 4 metabolic chambers and all associated accessories for measuring metabolism during resting, exercise and daily physical activity. 3. The system should include a gas-enclosed treadmill for metabolic exercise testing. The enclosed metabolic treadmill should be specifically designed for mice as the control of the amount of work performed need to be sensitively measure without potential confounding factors. It should be fully capable of standardized exercise protocols and measuring all metabolic parameters during its administration. 4. A minimum of four built-in, integrated voluntary running wheels with counters is required. 5. The chambers need to comply with guidelines for long-term housing stipulated by the Department of Health and Human Services http://oacu.od.nih.gov/regs/ for long-term calorimetry. This feature will allow us to measure ambulatory metabolic parameters as well as the amount of daily physical activity level. 6. The system should be easily upgradable to include other features such as food consumption monitors, activity meters, drinking meters, etc., and all should be integrated into a single system with global monitoring. 7. The system needs to be of sufficient fidelity to give reproducibility with less than 5% inter-experimental variation with routine validation. 8. The company needs to have a proven record of expert technical assistance, manufacturing history and its equipment citations in research publications. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation- Commercial Items, is applicable to this acquisition. The Government will evaluate the quotes using the following criteria: 1) Compliance with the functional technical specifications of the required instrument; and 2) the requested delivery date. The award will be made to the lowest price, technically acceptable quote meeting the Government's requirements. The offerors must submit a complete written description, descriptive literature of the product quoted, an itemized price list, the unit price, equipment warranty terms and conditions, maintenance agreement terms and conditions, shipping and handling charges, the delivery time period after an award of the contract, prompted payment discount terms, the F.O.B. point, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. ANY ADDITIONAL SHIPPING & HANDLING CHARGES INCLUDING TRANSPORTATION, if applicable. The provisions of FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items, is applicable to this acquisition. The Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items. The provisions of FAR 52-212-4 Contract Terms and Conditions-Commercial Items, is applicable to this acquisition. The provisions of FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, is applicable to this acquisition. The offeror must also register in the government's Contractor Registry System. Note: www.ccr.gov. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. This award will be made based on the lowest priced technically acceptable quote meeting the Government's specifications. However, the Government reserves the right to conduct discussions if later is determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. Quotations are due fifteen (15) calendar days from the publication date of this synopsis. The quotation must reference solicitation number "NHLBI-PB-(HL)2007-149-DDC?. All responsible sources may submit a quotation which if timely received shall be considered by the agency. Quotations must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Deborah Coulter. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov and by fax to (301) 480-3345. Fax quotations will only be accepted if dated and signed by an authorized company representative.
- Place of Performance
- Address: Bethesda, Maryland
- Zip Code: 20892
- Country: UNITED STATES
- Zip Code: 20892
- Record
- SN01326876-W 20070627/070625220347 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |