Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2018 FBO #6128
SOLICITATION NOTICE

99 -- PanLabInfrared (R) Actimeters

Notice Date
9/1/2018
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NOI-2018-44-mjk
 
Archive Date
9/27/2018
 
Point of Contact
Max Kimpson, Phone: 301-435-4380
 
E-Mail Address
Max.Kimpson@nih.gov
(Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS. The Government's intent is TO AWARD A CONTRACT/PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute of Health, Eunice Kennedy Shriver - National Institute of Child Health & Human Development in support of the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) intends to award a purchase order without providing for full and open competition the acquisition of PanLab Infrared ® Actimeter. The project background is as follows: The Panlab Infrared (IR) Actimeter allows the study of spontaneous locomotor activity, rearings and optionally hole-board test parameters for exploration in rodents. A reliable system for easy and rapid drug screening and phenotype characterisation in both day and night lighting conditions. The system is basically composed by a 2 dimensional (X and Y axes) square frame, a frame support and a control unit. Each frame counts with 16 x 16 infrared beams for optimal subject detection. The system is completely modular: each frame may be used for evaluation of general activity (one or several animals), locomotor and stereotyped movements or rearings or exploration (nose-spoke detection in the hole-board option). The infrared photocell system can be set with up to 15 levels of sensitivity in order to adapt the frames to the typology of the animal (rats, mice). It can also be set to ignore the beams that are obstructed by objects (e.g. the walls/corners of the home cage). The frames can be controlled by the independent control units LE8825 or directly through the optional SEDACOM computer software. The new SEDACOM 2.0 version provides an easy and convenient way to visualize and export the data on a computer for further analysis. Optionally, the ActiTrack software option may be used to analyse animal trajectories (distance, speed, permanence time in selected zones) and then provide additional complementary data to those obtained using the control units. The modular design of the Actimeter system creates the following important advantages for our experimental uses: 1. ad hoc created subsets of the arenas can be used by multiple researchers at the same time without interfering or endangering the data acquisition 2. the acquisition arena can be removed from the infrared beam frame and replaced by home or other cages for long term activity monitoring and easy cleaning, and lastly 3. the independent nature of each arena means that each arena has its own, independent data logger, independent from a common acquisition computer. This will ensure data integrity and minimize data loss, because a faulty or failing computer has no effect on the acquired data. The manufacturer is Harvard Bioscience Inc., 84 October Hill Road #10, Holiston, MA 01746. The North American Industry Classification System (NAICS) Code is 334516 with a size standard of 1000 employees. The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) This acquisition is conducted under the procedures prescribed in FAR subpart 13- Simplified Acquisitions Procedures at an amount less than the simplified acquisition threshold ($250,000.00) and as supplemented by FAR Part 12 - Commercial Items. This acquisition is conducted under the authority of 41 U.S.C.253© under provisions of the statutory authority of FAR Subpart 6.302-FAR 6.302-1- Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253c (1). 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 established the interested parties bona-fide capabilities for fulfilling the requirement and include: certification by the OEM that you are authorized to provide services, 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 Duns & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and 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 to this notice shall be submitted electronically by 12:00 PM Eastern Standard Time Wednesday, September 12, 2018 to Maxwell J. Kimpson at email address max.kimpson@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NOI-2018-44-mjk/listing.html)
 
Record
SN05068207-W 20180903/180901230028-c12bbe5374adfbbc0cdf9d92d48b3525 (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.