SOURCES SOUGHT
99 -- Ventilated Top Flow Mouse Rack/Cages
- Notice Date
- 6/8/2011
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
- ZIP Code
- 20892-7510
- Solicitation Number
- NIH-NICHD-11-067
- Archive Date
- 7/2/2011
- Point of Contact
- Tracey Muck, Phone: 301-443-7797
- E-Mail Address
-
muckt@mail.nih.gov
(muckt@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health (NIH), National Institute of Child Health and Human Development (NICHD) 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 the following components: a) ventilated Top Flow Mouse Rack; b) Flexible hose 1.3ml long; c) Polysulfone Cage Bodies; d) Stainless Steel Lid with Nylon Seal; e) Polysulfone Top Flow Cage Top; f) 260ml Polysulfone bottle with Silicone Ring; g) Stainless Steel Sipper Tube 65 mm Nozzle; h) Plastic Top Load Cage Card Holder. The caging system shall meet the following requirements: 1) Provide a high number of individually ventilated cages in a single-sided rack not to exceed 72 inches in length. Each cage shall provide at least 61 square inches of floor space so it can hold 4 adult mice. 2) Racks fully loaded with cages, water bottles, etc., shall be mobile and easy to move so personnel do not strain or injure themselves when moving/replacing racks. 3) Ventilation blowers shall be quiet and prevent transmission of fan vibration to the rack and cages. Prefer ventilation units that are separate from the racks and service multiple racks to reduce the number and cost of the blowers required. 4) System shall allow cages to be run in either a positive or negative pressure to the room. 5) Individual cages shall be easy to remove from the rack with a minimum of repetitive motions required, e.g., minimum drag on cage being removed from rack, self seating cages to eliminate the need for "locking" devices that shall be turned to insert or remove cages from racks, etc. 6) Individual cages shall have good visibility so animals can easily be seen in the rear of the cage during daily rounds without having to remove the cages from the racks. Racks should not have opaque shelves immediately above the cages that block light and limit visibility. 7) Cages shall have "external" water bottles, so the cage does not have to be removed from the rack in order to change/replace a water bottle. 8) Cages shall have an internal wire bar lid so one animal can be removed and handled and cage mates will still be "contained" in the cage. 9) Cages shall have wire bar lids with integral feed hopper. 10) Cages lids shall have sufficient filter media surface that cage is adequately ventilated while removed from rack or during power outages for up to 24 hours. 11) Cages shall fit special flow tops, cage dividers, and wire lids that accommodate the use of 2 water bottles. This request is for interested firms with the capability of providing the required service 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 339999 with a size standard of 500 employees. All respondents are requested to identify their firm's 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 Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed ten (10) pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include a minimum of three references. Two (2) copies of the capability statement must be received at the following address: 6100 Executive Blvd, Suite 5Z00, Rockville, MD 20852 prior to 12 NOON local time at designated location June 17, 2011. Capability statement must reference solicitation# NIH-NICHD-11-067. Responses by fax or e-mail WILL NOT BE ACCEPTED. Any questions must be sent via email to muckt@mail.nih.gov and must include solicitation# NIH-NICHD-11-067 in the subject line of email. Capability statements, etc will not be returned to firm/sender. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-11-067/listing.html)
- Record
- SN02467285-W 20110610/110608234815-43b37ccaa730abe6c9681488f7e41e48 (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 |