Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOURCES SOUGHT

66 -- Alcohol Vapor System

Notice Date
7/28/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2017-634
 
Archive Date
8/22/2017
 
Point of Contact
Sneha V Singh, Phone: 3014802443
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: HHS-NIH-NIDA-SSSA-SBSS-2017-634 Title: Alcohol Vapor System Classification Code: 6640 NAICS Code: 334516 Description: 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. BACKGROUND 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. PURPOSE AND OBJECTIVES The purpose of this acquisition is to acquire an alcohol vapor system to allow us to study the neurobiology of alcohol dependence and reach the goals of our laboratory. PROJECT REQUIREMENTS • 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 10-25 strokes per minute. • 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 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. • Includes two air compressors with alternating switch and alarm system that will notify investigator in the event of an air compressor failure. • Must be IACUC and AAALAC certified. Period of Performance: The anticipated delivery date for this acquisition is 60 days ARO. 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 Singh, Contract Specialist, via email at sneha.singh@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. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2017-634/listing.html)
 
Record
SN04602622-W 20170730/170728231741-eaa4e5c4489562351a6804ef07b0ecab (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.