SOLICITATION NOTICE
66 -- Metabolic Chambers Upgrad
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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(AG)-CSS-18-373
- Archive Date
- 8/23/2018
- Point of Contact
- Fred Ettehadieh,
- E-Mail Address
-
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION This is a Combined Synopsis/Solicitation (CSS) 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(AG)-CSS-18-373 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Columbus Instruments International Corporation, 950 N. Hague Avenue, Columbus, Ohio 43204. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 2018. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. BACKGROUND and PURPOSE AND OBJECTIVES The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The purpose of the research program of the Translational Gerontology Branch (TGB), NIA is to understand the basic biology of aging across species and to develop interventions that can improve healthspan and lifespan and be translated to humans. A staple of this kind of research is the ability to measure how metabolism changes with age and how our interventions affect this. This is important because this can be compared across species (mice to humans) which gives us very valuable data. The purpose of this acquisition for the upgrade of the oxygen measurement system hardware and software from the metabolic chambers is to increase the capability of TGB of collecting more sensitive kind of data which can help us to have a better picture quality-wise of a metabolic assessment experiment. Acquisition of new hardware will allow the formation of a core laboratory within NIA for measuring metabolism in mice. This hardware and software will be available to all labs within NIA. Currently the following laboratories have expressed interest in upgrading the system: Laboratory of Cardiovascular Science, Laboratory of Molecular Gerontology, Laboratory of Neuroscience, Laboratory of Genetics and some of them already used the current equipment several times so, upgrading this equipment will benefit a lot of on-going projects and more yet to come. The proposed acquisition is for metabolic chambers to add eight new parameters that we can analyze within the same experiment. Purchasing this upgrade, by all means, will multiply by four the capabilities of the current equipment. PROJECT REQUIREMENTS Salient Characteristics: The CLAMS Center Feeder Cage is the only cage designed specifically to discourage foraging behavior of mice for the most accurate assessment of food intake and feeding bouts. Preventing foraging is critical in experiments where access to the food is under computer control. If the mouscan forage out a large chunk of food, they can potentially save it for later and when food is to be restricted, they can go back and eat it. It will be evidently clear what happened when reviewing the RER data because a metabolic spike will appear where there should be none. • Food presented at the floor with a spring loaded food cup • Polycarbonate plastic food cup for normal chow • Teflon food cup for high-fat diets • Adjustable access guard to allow for 3 height positions relative to animal size; 15.9mm, 19.1mm, & 22.2mm • Perforated polycarbonate cage floor that allows animal waste to fall through • 0.001g resolution • Feeding bout data has adjustable meal validation minimum weight (typically 0.02g) PLACE OF PERFORMANCE Baltimore, MD 21224 ANTICPATED DELIVERY SCHEDULE: 45 days after receipt of order. ANTICIPATED CONTRACT TYPE A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis. GOVERNMENT RESPONSIBILITIES Responses to this CSS 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 that believe that they are manufacturers or authorized resellers 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 performance 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. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. TECHNICAL EVALUATION CRITERIA Responses received to this CSS will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the LPTA process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be submitted electronically (via e-mail) to Fred Ettehadieh, Contracting Officer at fred.ettehadieh@nih.gov by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-CSS-18-373. Facsimile responses are NOT accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-373/listing.html)
- Place of Performance
- Address: Baltomore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05015752-W 20180803/180801231421-3ce4f4b553bbaf2d2568f1a362edb7f2 (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 |