MODIFICATION
66 -- CLAMS 12 M-C[HS]-A(xz)-FM(cf)-AFA-RW-TT for animals 20g to ob/ob
- Notice Date
- 1/20/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- National Institutes of HealthNational Library of Medicine6707 Democracy BoulevardII Democracy Plaza, Suite 700WAttn: Ms. V. L. GriffinBethesdaMD20892-7511
- ZIP Code
- 20892-7511
- Solicitation Number
- NIHLM2011124
- Response Due
- 1/31/2011
- Archive Date
- 3/2/2011
- Point of Contact
- V. Lynn Griffin, Fax: 301-480-8501
- E-Mail Address
-
griffinv@mail.nih.gov
(griffinv@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- MODIFICATION - TITLE OF NOTICE This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing Brand Name or Equal to Columbus Instruments CLAMS 12 M-C[HS]-A(xz)-FM(cf}-AFA-RW-TT for animals 209 to ob/ob with the following specifications: 1 CLAMS-CIS-12 12 Station CLAMS Network Interface & Software 1 CLAMS-C-12M 12 Station "Oxymax" Calorimeter for Mice 1 CLAMS-C-HSGS Oxymax High Speed Gas Sensing 1 CLAMS-C-HSGO Oxymax High Speed Gas Drying 1 CLAMS-A(xz)-12 12 Station Photocell Activity Monitor XZ-Axis 1 CLAMS-FM-12M 12 Station Feeding Mass Monitor 1 CLAMS-AFA-12M 12 Station Automated Food Access Controller 1 CLAMS-RW-12 12 Station Running Wheel System 1 CLAMS-TR-12 12 Station Telemetry Receiver and Antenna System 1 CLAMS-TT-12 12 Station Telemetry Temperature Transmitter12 CLAMS-SCM CLAMS Standard Chamber for Mouse12 CLAMS-CFU-M CLAMS Center Feeder Upgrade for Mouse Chamber 1 CLAMS-SS12 CLAMS 12 Station System Shelving 1 CLAMS-ENC-54 CLAMS 12 Station Temperature and Light Controlled Enclosure Support Items for the above system for rapid chamber swap out between experiments: 12 0197-3426 CLAMS Mouse Center Feeder Cage Bottom with AFA Mechanism12 0197-2819 CLAMS Mouse Center Feeder Floor with AFA Food Guard12 0297-4010 CLAMS Center Feeder Running Wheel Assembly12 0197-P081TFE08 CLAMS Mouse Center Feeder P08 & TFE08 Food Cup Assemblies Installation and Operator Training (2-days at client site) Option to the above: 1 7004-8-052 OxyVal 8 Channel C02/N2 Reference for System Validation Indirect calorimetry is used for analysis of metabolic rate in mice, which is one of the major functions of the Mouse Metabolism Core. NIDDK has been using the Oxymax System for 14 years. The current system allows testing of only 8 mice at a time. To meet the increasing demands of the NIDDK investigators, we need to increase our capacity up to 20 mice per test. A new system must be compatible with the old system, since both systems will be operated simultaneously. Because of the very compact design (12 cages placed inside 51 X 31 X 80 chamber) this is the only system that will fit into the space available for this equipment. The equal item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Two (2) copies of the capability statement must be received at the address identified in this synopsis no later than 3:00 P.M. local time at designated location on January 31, 2011. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. 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 organizations qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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 response to a solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2011124/listing.html)
- Record
- SN02363449-W 20110122/110120234429-8f6d5814cfbd8c678af7d7b67dcfb11a (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 |