SOURCES SOUGHT
66 -- Thoren animal racking and caging system components
- Notice Date
- 7/21/2016
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous 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-SS-2016-561
- Archive Date
- 8/16/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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. This 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 all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 339999 - All other Miscellaneous Manufacturing with associated business size standard 500 employees. Background The Comparative Medicine Section (CMS) at the National Institute of Aging (NIA), National Institutes of Health (NIH), under the NIA Office of the Scientific Director (OSD), provides oversight for the overall program of laboratory animal housing, care, and management to ensure compliance with the Institute for Laboratory Animal Research (ILAR) Guide, as interpreted by the Office of Laboratory Animal Welfare (OLAW), NIH Policy, and the Association for Assessment and Accreditation of Laboratory Animal Care, International (AAALACi). Purpose and Objectives The nature and purpose of this acquisition is to replace worn and broken rack and caging components contained in existing rodent racking systems that house the NIA/CMS research rodent colony. The subject rack and caging system is manufactured by and previously purchased from Thoren Caging Systems, Inc. PROJECT REQUIREMENTS The CMS has a potential requirement for CG05B01 Model #5 Expanded Smal Mouse Cage, Udel, quanitity 2000; FC05DHN Filter cover #5 Udel, with handle, slot and Reemay to fit #5, 15 or 7 cages, quantity 2000. These replacement parts and equipment are essential to maintain animal racking systems currently in use at the NIA/CMS. Offerors submitting a response to this Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Sources Sought notice shall document evidence of being able to provide the components required which are needed to maintain effective use of the Thoren animal racking and caging system currently in use. Delivery Offerors should indicate an estimated delivery time in full after receipt of an order. Inspection and acceptance will be performed at the Johns Hopkins Bayview Medical Center at 251 Bayview Blvd in Baltimore, MD. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents 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 this announcement; quantity; shipping, handling, and/or installation instructions; and/or any special delivery conditions after receipt of an order. Respondents that believe that they are manufacturers or authorized re-sellers of the equipment 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 respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must reference the announcement number of this Sources Sought notice and be submitted electronically. Facsimile responses are NOT accepted. The response must be submitted to the Contract Specialist, Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2016-561/listing.html)
- Record
- SN04191670-W 20160723/160721235812-2c22a4381b999b2ef9b81ae37ac57dc0 (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 |