Federal Bid

Last Updated on 01 Sep 2015 at 8 AM
Sources Sought
Center Kentucky

Rat Operant Chambers

Solicitation ID HHS-NIH-NIDA-SSSA-SBSS-15-713
Posted Date 06 Aug 2015 at 10 PM
Archive Date 01 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Center Kentucky 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.

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. The notice is strictly for research and information purposes only.

The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement.

ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE

334515            INSTRUMENT MANUFACTURING FOR MEASURING AND TESTING ELECTRICITY AND ELECTRICAL SIGNALS

Drug self-administration in animals is a behavioral paradigm that that can be used to model patterns of drug intake, abuse, and addiction development in humans. This behavioral paradigm will be implemented alongside other assays and imaging modalities in both mice and rats.  This acquisition is required to ensure high quality performance in evaluating the contribution of discrete neurochemical mechanisms in vulnerability and development of addictive behaviors.

NIDA IRP requires a 16 rat operant chambers that are equipped for both drug and food self-administration experiments. These will be utilized for examining behaviors relating to the self-administration of a variety of psychoactive substances and must interface with existing software (MED-PC IV) the lab currently has. The following items and quantities are needed for full chamber set-up:

16.000 EA ENV-018MD Extra Tall MDF Sound Attenuating Cubicle Interior: 22"W x 22"H x 16"D

 

16.000 EA ENV-007CT-PH Extra Tall Modular Test Chamber with Modified Top, IR Beam Modification

 

16.000 EA ENV-005 Stainless Steel Grid Floor for Rat or Small Primate

 

32.000 EA ENV-229M Stimulus Light, 1" LED

 

16.000 EA ENV-215M House Light, Hooded, 100 ma, 28 V DC

 

32.000 EA ENV-112CM Retractable Lever

 

16.000 EA ENV-203M-45 Modular Pellet Dispenser for Rat, 45 mg

 

16.000 EA ENV-200R2M-6.0  Pellet Receptacle, Trough Type with Extra Tall 6" Opening

 

16.000 EA ENV-254-CB Head Entry Detector for Rat

 

16.000 EA DIG-716P2 SmartCtrl 8 Input, / 16 Output Package

 

16.000 EA PHM-107 Variable Infusion Rate Syringe Pump 99 Speeds

 

16.000 EA PHM-VAH95AB Vascular Access Harness™, Rat

 

16.000 EA PHM-KVAH95T/MED VAH™ Tether Kit for Rat

 

16.000 EA PHM-110-SAI Drug Delivery Arm Assembly with 3/8" ID Gimbal Ring

 

1.000   EA SG-6510D Large Tabletop Cabinet and Power Supply 120V 60 Hz

 

1.000   EA DIG-700P2-R2 PCI Interface Package, Full Height

 

1.000 EA SOF-700RA-10 Drug Self Infusion Utility

 

64.000 EA ENV-253SD Individual IR Source and Detector

 

16.000 EA ENV-253 4 Channel IR Controller

 

1.0       EA COM-104 Med Intel i3 3.0Ghz 3MB, 4GB RAM, 500GB HD, 24x DVD, Win7 32bit, 19" Mont

 

1.0      EA SHIPPING - Shipping Charges

 

Delivery must occur 90 days from notice of award.

 

           

CAPABILITY STATEMENT INFORMATION SOUGHT

Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must 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 electronically (via email) to Farrin Stanton, Contract Specialist, at [email protected] in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered.

The response must be received on or before August 17, 2015 11:00am, eastern time.

CONCLUDING STATEMENTS

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 intends to negotiate a fixed-price purchase order.

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).

Bid Protests Not Available

Similar Past Bids

Center Kentucky 03 Sep 2015 at 1 PM
Location Unknown 20 Sep 2007 at 4 AM
Location Unknown 05 Jul 2012 at 4 PM
Bethesda Maryland 13 Aug 2021 at 3 PM
Veteran Wyoming 19 Apr 2021 at 5 PM