SOLICITATION NOTICE
70 -- Alcohol Vapor System
- Notice Date
- 8/19/2016
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-2016-669
- Archive Date
- 9/17/2016
- Point of Contact
- Pamela J. Daugherty, Phone: 3014802467
- E-Mail Address
-
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by a request for quotation from La Jolla Alcohol Research, Inc. for award on or around September 30, 2016. The purpose of this purchase order will be to provide the National Institute on Drug Abuse (NIDA) with an alcohol vapor system to continue to investigate the neurobiology of alcohol dependence through the use of drugs that stimulate or block different neuronal messenger molecules in the brain. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 Employees. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-85 dated August 15, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The National Institute on Drug Abuse, Neurobiology of Addiction section is studying the neurobiology of alcohol dependence. Alcohol dependence is a complex psychiatric condition characterized by craving, compulsive drug seeking, excessive drug taking, and the emergence of negative emotional states during withdrawal. We have developed animal models that produce signs of drug dependence that strongly resemble the human condition. Rats are made dependent on alcohol by chronic, intermittent alcohol vapor exposure. Dependent rats escalate their alcohol intake over the course of vapor exposure. Air exposed rats exhibit stable intake levels and serve as nondependent controls (air or nondependent). Using these models, we investigate the neurobiology of alcohol dependence through the use of drugs that stimulate or block different neuronal messenger (neurotransmitter) molecules in the brain. PROJECT REQUIREMENTS: One Custom Six Chamber Alcohol Vapor Inhalation system. The specifications are further outlined below: • These chambers must allow one to very precisely control the concentration of alcohol in the air to produce different levels of alcohol exposure to induce a wide range of biological changes to be systematically studied. The blood alcohol level in the rat can be increased progressively from 0 to 250 mg/dl. Importantly, they must allow intoxication levels to be tightly controlled to preserve animal health. The alcohol pump speed varies from 0 to 360 strokes per minute. Usual range 5-25 strokes per minute. • Each chamber must have an integrated sampling system to monitor the concentration of vapor in the air. Operating system includes alcohol sensor that will turn off alcohol pump if alcohol concentration reaches pre-set limits. • The alcohol inhalation chambers must have a double-chamber containment system that guarantee that the experimenter is safe of any hazardous vapor exposure at all time. Therefore, even if the experimenter forgets to close the rat chamber or do it improperly resulting in air leakage the double containment will ensure that the room where the system in, is not contaminated. • Custom 6-chamber alcohol vapor inhalation system. Each chamber must accommodate a large cage ("jumbo cage 2100") with AALAS space requirements for three rats over 500. • The chamber must include a complete automation and operating software on touchscreen tablet. • Operating system can run pre-set or customized exposure parameters. • The alcohol inhalation chambers must have a double exhaust system that provides negative pressure inside the first containment chamber so that no vapor escapes the system when the doors are open. Guaranteeing again the safety of the experimenter. Other commercially available systems have only one exhaust without containment chamber with negative pressure. • Includes two air compressors with alternating switch and alarm system that will notify investigator via text/phone in the event of an air compressor failure. Must be IACUC and AAALAC certified CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, La Jolla Alcohol Research, Inc is the only vendor in the marketplace that can provide the specific alcohol vapor system as required by the Government. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a sources sought notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received from other vendors. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, La Jolla Alcohol Research, Inc. the only is capable vendor of meeting the needs of this requirement. The intended source is: La Jolla Alcohol Research, Inc. La Jolla, CA 92039 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-16-669. Responses must be submitted electronically to Pamela Daugherty, Contract Specialist, at pamela.daugherty@nih.gov. U.S. Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2016-669/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04232904-W 20160821/160819235349-7125135c44809994f8acc3e5f6218152 (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 |