SOURCES SOUGHT
66 -- Stereotaxic Equipment for Small Animals
- Notice Date
- 1/9/2017
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-17-124
- Archive Date
- 2/3/2017
- Point of Contact
- Sneha V Patel, Phone: 3014802443, Zenab Chowdhry,
- E-Mail Address
-
sneha.patel@nih.gov, zenab.chowdhry@nih.gov
(sneha.patel@nih.gov, zenab.chowdhry@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-17-124 Stereotaxic Equipment for Small Animals Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The Rodent Behavioral Core (RBC) is a new state-of-the-art research facility designed to provide NIH researchers the capacity to expand their behavioral research. As part of its service to the NIH community, the RBC must provide specialized equipment for shared use to a broad spectrum of researchers from varied neuroscience fields. The small animal/rat stereotaxic equipment is a critical component of the equipment infrastructure. It is a specialized piece of equipment that allows controlled and localized brain surgery using a three-dimensional coordinate system. Its use is highly versatile because it enables operations that require localized ablations and drug infusions, as well as electrode or cannulae implantation. These operations require the accurate placement of electrodes and injection needles into the defined anatomical areas within the brain of the rat. The ultimate goal is to understand pathological features of an abnormal brain and to try to elucidate ways to normalize it. Purpose and Objectives for the Procurement: The purpose of this acquisition is to provide the National Institute of Mental Health with stereotaxic equipment for small animals for their new Rodent Behavioral Core (RBC). Project Requirements: Contractor is to provide all items as follows, which must be manufactured by David Kopf and sold by a David Kopf authorized seller.  Compact Small Animal Stereotaxic Instrument with Dual Digital Display for both micromanipulator arms-Quantity, 2. This Includes a Stereotaxic "U" frame Assembly designed for stereotaxic surgery performed on rats. Unit must be 17" L x 10" W x 13" H. Weight 17 pounds. Each frame must have Dual Digital Display Unit with zero reset at any position along travel on X, Y and Z axis. Must occupy minimal amount of bench space and not be separate display units for each manipulator arm weight less than 3 pounds.  Electrode Manipulator with A.P. Slide assembly Linear Scale Assembly with Dual Digital Display Readout Console (10 micron resolution) -Quantity, 2. Standard Electrode Holder with Corner Clamp capable of holding electrodes from 0.4 mm to 1.3 mm diameter. Rat Adaptor Nose/Tooth bar Assembly designed with single hand use-without Rat Ear Bars 18 Degree Tip. Stereotaxic frame must be mounted on lazy Susan Base plate Assembly. The base plate of lazy Susan must be (17" x 10") and have full 360-degree rotation for work in limited space and giving full access to animal during surgery.  Variable High Speed Stereotaxic Drill-Quantity, 2. Capable of RPMs ranging from 0-45,000 with quiet running motor to minimize auditory stress. Drill must include tabletop Motor Control Console and foot pedal control from which variable speed control of drill can be maintained in either forward or reverse modes. Must have Low profile Hand piece of less than 6 inches in overall length, 5/8 " grip diameter and less than 7.5 ounces in weight so as to maximize free working space while performing surgery and capable of nearly vibration free use. Cabling needs to be ultra-lightweight to minimize hand fatigue. Stereotaxic hand piece holder that can be mounted on stereotaxic frame for accurate and repeatable positioning. Collet 1/8".  Non-Rupture 45 Degree Tip Ear Bars-Quantity, 2. For holding head securely and accurately.  Rat Gas Anesthesia Mask-Quantity, 2. For delivering volatile gas anesthesia with minimal exposure to personnel. Must have adjustment screw for downward pressure.  Open Sided Clamp for securing electrodes-Quantity, 2.  Cannula Holder to hold a variety of cannulas-Quantity, 2. (Alzet/plastic)  Straight Clamp Assembly-Quantity, 2.  Upper Bracket Clamp for attachment of Manual Microinjection Unit to Stereotaxic frame-Quantity, 2.  Manual Microinjection Unit without support foot to guide syringe-Quantity, 2. Reliable and repeatable device for accurate delivery of minute fluid amounts. Must be able to accommodate syringes of varying barrel diameter and make while offering quick release mechanism for syringes.  Universal Holder to place syringes, large diameter electrodes or drill hand pieces stereotaxically. It holds devices from 2.8 mm to 11 mm diameter-Quantity, 1. Government Furnished Property Not applicable. Anticipated Contract Type: The Government intends to issue a firm fixed price contract for this requirement. Period of Performance Period of performance is for six (6) weeks from date of award. Place of Performance/ Delivery Requirements: The contractor is to deliver the equipment to: NIH/NIMH 35A Convent Dr. Building 35A/Rm 2D975 Bethesda, MD 20892 Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Sneha Patel, Contract Specialist, via email at sneha.patel@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-124/listing.html)
- Record
- SN04366398-W 20170111/170109233917-bb1905922796ea28af908b43595495fe (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 |