Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SOLICITATION NOTICE

66 -- Small Animal Sterotaxic Equipment

Notice Date
2/4/2016
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-16-161
 
Archive Date
2/29/2016
 
Point of Contact
Jennifer Burns, Phone: 3014024592
 
E-Mail Address
jennifer.burns2@nih.gov
(jennifer.burns2@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial equipment 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; price quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 12.6--Acquisition of Commercial Items. The Solicitation Number for this acquisition is HHS-NIH-NIDA-SSSA-CSS-16-161 and the solicitation is being issued as a Request for Quotation (RFQ). THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. SET ASIDE STATUS This is a total small business set-aside. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The North American Industry Classification System (NAICS) Code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the Small Business Size Standard is 500 employees. ACQUISITION AUTHORITY 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 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 2005-86, dated February 1, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The Rodent Behavioral Core (RBC) is a new state-of-the-art research facility designed to provide NIH researchers the capacity to expand their behavioral research. As part of its service to the NIH community, the RBC must provide specialized equipment for shared use to a broad spectrum of researchers from varied Neuroscience fields. The small animal/rat stereotaxic equipment is a critical component of the equipment infrastructure. It is a specialized piece of equipment that allows controlled and localized brain surgery using a three-dimensional coordinate system. Its use is highly versatile because it enables operations that require localized ablations and drug infusions, as well as electrode or cannulae implantation. These operations require the accurate placement of electrodes and injection needles into the defined anatomical areas within the brain of the rat. The ultimate goal is to understand pathological features of an abnormal brain and to try to elucidate ways to normalize it. Project Requirements: The Contractor must be able to provide a brand name or equal agreement that includes the following: 1. Compact Small Animal Stereotaxic Instrument with Dual Digital Display for both micromanipulator arms (Quantity: 2) • This Includes a Stereotaxic "U" frame Assembly designed for stereotaxic surgery performed on rats. • Unit must be 17" L x 10" W x 13" H. • Each frame must have Dual Digital Display Unit with zero reset at any position along travel on X, Y and Z axis. • Must occupy minimal amount of bench space and not be separate display units for each manipulator arm weight less than 3 pounds. 2. Electrode Manipulator with A.P. Slide assembly Linear Scale Assembly with Dual Digital Display Readout Console (10 micron resolution) (Quantity: 2) • Standard Electrode Holder with Corner Clamp capable of holding electrodes from 0.4 mm to 1.3 mm diameter. • Rat Adaptor Nose/Tooth bar Assembly designed with single hand use-without Rat Ear Bars 18 Degree Tip. • Stereotaxic frame must be mounted on lazy Susan Base plate Assembly. • The base plate of lazy Susan must be (17" x 10") and have full 360-degree rotation for work in limited space and giving full access to animal during surgery. 3. Variable High Speed Stereotaxic Drill (Quantity: 2) • Capable of RPMs ranging from 0-45,000 with quiet running motor to minimize auditory stress. • Drill must include tabletop Motor Control Console and foot pedal control from which variable speed control of drill can be maintained in either forward or reverse modes. • Must have Low profile Handpiece of less than 6 inches in overall length, 5/8 " grip diameter and less than 7.5 ounces in weight so as to maximize free working space while performing surgery and capable of nearly vibration free use. • Cabling needs to be ultra lightweight to minimize hand fatigue. • Stereotaxic handpiece holder that can be mounted on stereotaxic frame for accurate and repeatable positioning. Collet 1/8" 4. Non-Rupture 45 Degree Tip Ear Bars for holding head securely and accurately (Quantity: 2) 5. Rat Gas Anesthesia Mask for delivering volatile gas anesthesia with minimal exposure to personnel. Must have adjustment screw for downward pressure (Quantity: 2) 6. Open Sided Clamp for securing electrodes (Quantity: 2) 7. Cannula Holder to hold a variety of cannulas (Alzet/plastic One) (Quantity: 2) 8. Straight Clamp Assembly (Quantity: 2) 9. Upper Bracket Clamp for attachment of Manual Microinjection Unit to Stereotaxic frame. (Quantity: 2) 10. Manual Microinjection Unit without support foot to guide syringe (Quantity: 1) • Reliable and repeatable device for accurate delivery of minute fluid amounts. • Must be able to accommodate syringes of varying barrel diameter and make while offering quick release mechanism for syringes. 11. Universal Holder to place syringes, large diameter electrodes or drill hand pieces stereotaxically (Quantity: 1)  It holds devices from 2.8 mm to 11 mm diameter Contract Type The Government intends to issue a firm fixed price contract for this requirement. Period of Performance: The equipment shall be delivered within 6 weeks after receipt of order. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. 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." EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors. AWARD CRITERIA The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors. Potential for Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. Contracting Officer's Representative A Contracting Officer's Representative (COR) will be identified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a price quotation. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." NOTE 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-161. Responses shall be submitted electronically via email to Jennifer Burns, Contract Specialist, at jennifer.burns2@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-16-161/listing.html)
 
Place of Performance
Address: 35A Convent Drive, Building 35A/Room 2D975, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04010727-W 20160206/160204235520-a1940812d2fef4ed3288851ce17904f1 (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.