Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
SOLICITATION NOTICE

66 -- Dual Small Animal Stereotaxic Instrument and Parts for the Integrative Neurosciences Section (INS) - Purchase Description and Applicable FAR Provisions

Notice Date
3/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIH-NIDA(NINDS)-CSS-2018-4774774
 
Archive Date
4/13/2018
 
Point of Contact
Danny Cohn,
 
E-Mail Address
danny.cohn@nih.gov
(danny.cohn@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 Contract Terms and Conditions FAR 52.212-4 Contract Terms and Conditions FAR 52.212-1 Instructions to Offerors (Commercial) Purchase Description COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Dual Small Animal Stereotaxic Instrument and Parts for the Integrative Neurosciences Section (INS) This 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is NIH-NIDA(NINDS)-CSS-2018-4774774 and the solicitation is issued as an request for quote (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated 01-24-2018. The associated NAICS code 339112, "Surgical and Medical Instrument Manufacturing" and the small busisess size standard 1000 employees. This requirement is full and open with no set-aside restrictions. Contract Type: A firm-fixed price type contract is contemplated for this requirement. Background Information and Objective: To assist in neurological disease research, the Integrative Neuroscience Section (INS) requires a dual-arm small animal stereotaxic instrument(s) with digital display to conduct high-precision injections and electrode/fiber implants into mouse brains. The ability to make targeted, precise, and reproducible bilateral injections and implanations into these regions of the mouse brain is required for the research conducted in the INS. Statement of Need and Purpose: The overall goal of this potential purchase order is to acquire brand name or equal David Kopf dual small animal stereotaxic instrument and parts for the Integrative Neurosciences Section. The purpose of this acquisition is to acquire a pair of Dual-arm Small Animal Stereotaxic Instruments with Digital Display to conduct high-precision injections and electrode/fiber implants into mouse brains. These procedures form the foundation of research in the Integrative Neuroscience Section (INS) into the neural basis of normal and disordered learning and memory processes. Salient Characteristics: The contractor shall be able to provide the following brand name (David Kopf) or equal dual small animal stereotaxic equipment and parts that meet the following technical specifications: A. The equipment must be capable of holding two stereotaxic arms simultaneously. B. The equipment must have a Digital Display Console to display the exact XYZ position of the two stereotaxic arms. The console must display the position of both arms in the same compact console. C. The digital display must have reset ("zeroing") buttons for each of the XYZ directions for each arm that allow you to reset each of the digital display values independently. D. The total travel distance for each arm must be at least 80mm. E. The equipment must have Linear scales with 10 micron resolution for all axes. F. The stereotaxic frames must be on "Lazy Susan"-style platforms that can rotate 360 degrees and be locked in place at O degree to enable multiple views during surgery. G. The equipment must have traditional vernier scales that are visible and can be utilized for gross movement. H. The equipment must have a manipulator swivel design with a locking mechanism for off plane presentations. A precision t-bolt locking mechanism is ideal to ensure that manipulator angle is held firm and rigid in place to provide positive angle presentations. I. The equipment must have a mouse-specific anesthesia nose cone that provides a safe and secure means of administering gas anesthesia. It must have input and output ports enable in/outflow of isoflurane anesthestia, and multiple adjustment dials to enable precise placement and angling of the mouse head without obstructing the ability to deliver gas anesthesia. Necessary levels of adjustment include: dorsal/ventral position, dorsal/ventral tilt, coronal adjustment, anterior/posterial adjustment. J. The equipment must have ear bars fitted with ear cups (not pointed ear bars) that enable placement outside the ear canal in the temple region of the head to protect tympanic membrane and insure head stability and head positioning. One of the ear bars must include an adjustment dial that can be adjusted to level the head while animal is mounted in stereotaxic frame. K. The equipment must have cannula/ceramic ferrule holders that are designed to hold cannula from "Plastic One" (used in INS research). Side holding of the cannula is needed to enable bilateral cannula/ferrule placement and limit obstruction when using dental cement to secure cannula to the skull. L. The equipment must have a syringe holder that can accommodate various sizes of Hamilton syringes (used in INS research). The syring holder must have means (e.g. adjustable needle support bar/foot) for stabilizing the syringe needle tip. M. The equipment must have electrode/fiber/needle holders that accommodate a wide range of diameters. These holders must be easily adapted to hold optical fibers for optogenetic studies. They must have plastic blocks at their base with serrated grooves that are -1 mm apart. Grooves must be on at least 3 sides to facilitate loading of electrodes/fibers. Open-sided clamp is required to hold multiple electrodes/fibers/needles simultaneously on one side of the holder. N. The equipment must have holdering bars designed to hold a plastic cannula (e.g. from "Plastics One"). The holders must also be able to accommodate ceramic ferrules from Thor Labs (with 1.25mm outer diameter). The holders must also hold cannula/ferrule from the side to enable bilateral cannula/fiber placement. O. The equipment must have notches in the stereotaxic arms that enable the secure holding of a Stoelting "Quintessential Stereotaxic Injector." Quantity: Two (2) - Dual Small Animal Stereotaxic Instrument Two (2) - Mouse Gas Anesthesia Head Holder Two (2) - Zygoma Ear Cups Four(4) - Cannula Holder Two (2) - Syringe Holder with Needle Support Foot Four(4) - Electrode Holder with Open Side Clamp See attached Purchase Description for additional requirements. Delivery: 30 days after receipt of order, FOB Destination. No installation or training is required. Deliver to: NIH Bldg. 35, Rm 1C-905 35 Convent Drive Bethesda, Maryland 20892 United States Warranty: One year parts and labor warranty. Other Applicable Provisions and Instructions: The provision at FAR clause 52.211-6, Brand Name or Equal (Aug 1999), applies to this acquisition. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is attached. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a fixed price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the requirements outlined in the Salient Characteristics of this solicitation including quantity, delivery and warranty requirements. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiationsafter its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is attached. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performanc e characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. All responses must be received by 11 A.M. EST on March 29, 2018 and reference number NIH-NIDA(NINDS)-CSS-2018-4774774. Responses may be submitted electronically to danny.cohn@nih.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA(NINDS)-CSS-2018-4774774/listing.html)
 
Place of Performance
Address: 35 Convent Drive Room 1C905, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04864147-W 20180324/180322231703-128478f005e44db071b1db26f718f5d5 (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.