SOLICITATION NOTICE
66 -- Nonhuman Primate (NHP) Chair for Behavioral Training and Neurophysiological Recordings
- Notice Date
- 9/18/2018
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800568
- Archive Date
- 10/6/2018
- Point of Contact
- Ramos Bartolome, , Valerie Whipple,
- E-Mail Address
-
ramos.bartolome@nih.gov, valerie.whipple@nih.gov
(ramos.bartolome@nih.gov, valerie.whipple@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE OF INTENT TO SOLE SOURCE INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institue of Mental Health, Division of Intramural Research Program intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to CRIST INSTRUMENT CO 111 W 1st St Hagerstown, MD 21740 (301) 393-8615 for Nonhuman Primate (NHP) Chair for Training and Electrophysiology. More specifically the following equipment is required: QTY (5) Five 1-CLP-910B-V60 Large chairs with front fixed panel trolley included and QTY (5) Five 2-6-FAC-SB-52FX Adjustable head positioners. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 employees. REGULATORY AUTHORITY This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.106-1 (b) Soliciting from a single source. (1) 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, or industrial mobilization). DESCRIPTION OF REQUIREMENT Head immobilization is necessary for neuroscientific procedures. (1-CLP-910B-v60) Nonhuman Primate (NHP)Large Chair with front panel trolley included 2-6-FAC-SB-52FX Adjustable head positioner which is designed to enable researchers and to restrain primates effectively for behavioral training and neurophysiological recordings for the National Institute of Mental Health, Division of Intramural Research Program (IRP). The Nonhuman Primate Large Chair is robust and shown to work with animals of different sizes. Background The National Institute of Mental Health (NIMH) IRP conducts basic research on the neural mechanisms underlying such cognitive functions as perception, memory, decision-making and emotion in nonhuman primates. A great number of these studies involve training and recording from nonhuman primate subjects. Such studies rely on specialized apparatus. This purchase is to provide a chair for comfortable, safe and stable positioning of the subject. The Laboratory of Neuropsychology requires these chairs to complete the laboratory and enable research aimed at elucidating the circuitry involved in perception, memory and decision-making. Project Description The contractor shall provide a Nonhuman Primate (NHP) Chair for behavioral training and neurophysiological recordings for the National Institute of Health, National Institute of Mental Health IRP. The Nonhuman Primate (NHP) Chair will come with front fixed panel trolley included and are designed to enable researchers to restrain primates effectively in a wide variety of research scenarios which can range from standard vision studies to complex behavioral experiments. Other Important Considerations CRIST INSTRUMENT is a woman owned small business located in Maryland, United States. 100% of the products are manufactured in the United States and majority of materials are from the United States. CRIST INSTRUMENT is the only vendor that offers an acceptable Lead Time of 6-8 weeks. Other vendors have a lead time of 6 months (not acceptable). Another factor to consider: National Institue of Health has an existing Blanket Purchase Order BPA HHSN263201500066B for Purchase Orders up to $25,000. 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 as prescribed in FAR Part 10-Market Research, specifically the review and evaluation of the responses to the sources sought notice published in the FedBizOpps. CRIST INSTRUMENT CO is the only company that can fulfill the government requirement. No other vendors are able to provide this product with an acceptable lead time of 6-8 weeks. All search methods, including GSA and search engines were utilized enabling research especially with non-human mammals. CRIST INSTRUMENT CO produces American-made products enabling biomedical research discoveries. CRIST INSTRUMENT CO has a longstanding relationship with the U.S. National Institute of Health and an existing Blanket Purchase Order BPA HHSN263201500066B for Purchase Orders up to $25,000. 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. 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." 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. 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. All responses must be received by 12 PM Eastern time on September 21, 2018 and must reference number NIHDA201800568. Responses may be submitted electronically to ramos.bartolome@nih.gov. Fax responses will not be accepted. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals. Any comments, questions or concerns regarding this notice must be submitted in writing via e-mail to: ramos.bartolome@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800568/listing.html)
- Record
- SN05094943-W 20180920/180918231342-d4e990d706971bbe762afc24ace4fc02 (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 |