Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2013 FBO #4292
SOLICITATION NOTICE

66 -- Squirrel Monkey and Rat Self Admoinistration Operant Chambers

Notice Date
8/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-13-223-1120052
 
Archive Date
9/11/2013
 
Point of Contact
James Scott Rawls, Phone: 8705437540
 
E-Mail Address
james.rawls@fda.hhs.gov
(james.rawls@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued in conjunction with FAR Part 13.5-Test Program for Certain Commercial Items. The solicitation number is FDA-13-223-1120052. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) FAC 2005-69, dated August 1, 2013. The associated North American Industry Classification System (NAICS) Code is - 541712 - Research and Development in the Physical, Engineering, and Life Sciences; Small Business Size Standard is 500 in number of employees. The solicitation is set-aside 100% for small businesses. The US Food & Drug Administration (FDA) intends to issue a Commercial Item Firm Fixed-Price purchase order that meets the following specifications below. SUPPLIES OR SERVICES AND PRICES/COSTS CLIN Item Description Qty U/I Unit Price Extended Price 0001 • Squirrel Monkey Self Administration Operant Chambers 20 Ea 0002 • Rat Self Administration Operant Chambers 20 Ea TOTAL (to include any delivery, shipping, and/or installation charges) Background: The FDA, National Center for Toxicological Research (NCTR), Division of Neurotoxicology (DNT), will be investigating the behavioral pharmacology of nicotine and other tobacco product constituents including the role played by constituents in tobacco other than nicotine on processes that support self-administration. Therefore, DNT requires direct use, scientific equipment/standard modular squirrel monkey operant test chambers with modified instrumentation and associated hardware and software to accommodate drug self- administration in 20 stand alone Squirrel Monkey subjects. Further, this same research entity has the need of obtaining appropriate direct use, scientific equipment/standard modular rodent operant test chambers with modified instrumentation and associated hardware and software to accommodate drug self-administration in 20 stand-alone Rodent testing subjects running concomitantly and concurrently with the 20 primate species. It is vital that both the rat and primate equipment be compatible with each other to ensure the continuity of methods and sharing of resources between the two species. Simultaneous concurrent schedules of reinforcement will be conducted during single experimental sessions-a critical feature required for the proposed studies. In addition, the research division will entreat that the electronic hardware interface communicate with the software to operate all of the mechanical devices on both the rat and primate equipment, control the schedules of drug administration, reward, and data stream without the need for custom, proprietary, or third party converters. Finally, it is necessary that specific components (e.g., stimulus lights, interface cards, etc.) for the squirrel monkey chambers are in practice and utility also interchangeable with the rat chambers, allowing for some components that can be used for either system. Objectives: Based upon advice from experts that were consulted during DNT's due diligence efforts to establish tobacco-product relevant behavioral pharmacology laboratories at NCTR, and in consultation with current behavioral pharmacologist staff with drug self-administration experience from the FDA's Center for Tobacco Products (CTP), as well as the concurrence of the NCTR Veterinary Services Division, appropriate new world, non-human primate type, and rat-rodent type animal operant self-administration behavioral chamber research equipment are required to successfully conduct the experiment protocol. Considerations of the unique characteristics of both the Squirrel Monkey species Siamiri, plus the considerations of the concomitant Rattus testing subject species influences the instrumentation and equipment testing choices for necessary aspects of drug reinforcing self-administration and the presentation of scheduled task parameters. Results depicted in cumulative records of concurrently tested species and apparatus of same manufacture and design can provide information essential to understanding and interpreting pharmacological effects of test compounds on neurobehavioral outcomes and drug self-administration dynamics within each species. Granted that one species loco-motes on all four limbs (use both vertical and horizontal space) and has opposable thumbs, while the latter is extremely myopic and utilizes primarily tactile cues for responding are examples of vital considerations for interchangeable manipulandi or apparatus, which tether the testing subject to the testing chamber. Sufficient space for each test subject and the counter balance arm for example are again considerations with respect to interchangeability and utility of use. After conducting extensive market research, NCTR DNT has indicated that Med Associates, Inc. items identified below will meet their needs. However, "or equal" quotes will be accepted and evaluated from all interested parties. The chambers shall be equivalent to the salient characteristics described herein. Salient Characteristics: • Squirrel Monkey Self Administration Operant Chambers, part number ENV-018V, shall consist of the following: 1. Extra tall expanded PVC sound attenuating chamber 2. Small modular test chair for primate 3. Stimulus light (1" LED) 4. Triple cue light (5/8" diameter) 5. Retractable primate lever 6. Pedestal pellet dispenser for rat/primate with built-in infrared sentry (190 mg pellets) 7. Pellet receptacle (trough type; 75-130 mg) 8. White noise amplifier with cage speaker 9. Sonalert module with volume control (2900 Hz) 10. SmarCtrl 8 input/16 output package (includes interface module, connection panel, necessary cables) 11. Advanced syringe pump exact infusion rates (computer controlled) 12. Tabletop cabinet and power supply (120V, 60Hz) 13. PCI interface package (includes interface card, decode card, ribbon cable, power cable) 14. MED Intel Core i3 3.10GHz, 2 GB RAM, 500 GB HD, XP Pro w/19" monitor 15. PCI interface card 16. SmartCtrl interface module • Rat Self Administration Operant Chambers, part number ENV-018MD, shall consist of the following: 1. Extra tall MDF sound attenuating cubicles 2. Standard modular operant test chamber with modified top for rat 3. Stainless steel grid floor for rat 4. House light, hooded 5. Stimulus light, 1" white lens, mounted on modular panel 6. Retractable lever 7. Modular pellet dispenser for rat (20 mg pellets) 8. Pellet receptacle, trough type 9. White noise amplifier with cage speaker 10. Sonalert module with volume control (2900 Hz) 11. SmarCtrl 8 input/16 output package (includes interface module, connection panel, necessary cables) 12. Drug delivery arm assembly with 3/8" gimbal ring 13. Advanced syringe pump exact infusion rate (computer controlled) 14. Large tabletop cabinet and power supply (120V, 60Hz) 15. PCI interface package (includes interface card, decode card, ribbon cable, power cable) 16. MED-PC IV with Delphi compiler (software also runs squirrel monkey equipment) 17. SoftCR Schedule Control Software for Windows 32bit, site license (also applies to squirrel monkey equipment) 18. MED-PC to Excel data transfer utility (will also be used for squirrel monkey) 19. Drug self-infusion software utility (will also be used for squirrel monkey) 20. MED Intel Core i3 3.10GHz, 2 GB RAM, 500 GB HD, XP Pro w/19" monitor 21. PCI interface card 22. SmartCtrl interface module Place of Performance: The delivery address will be: HHS/FDA/NCTR, 3900 NCTR Rd., Jefferson, AR 72079. Period of Performance: Within ninety (90) days after contract award. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013), applies to this acquisition. The following addenda have been attached to the clause. The following FAR and HHSAR clauses, incorporated by reference, and apply to this acquisition. FAR clauses and provisions can be obtained at https://acquisition.gov/far/index.html. 52.204-4, Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7, System for Award Management (JUL 2013) FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.html. 352.202-1, Definitions (JAN 2006) 352.203-70, Anti-Lobbying (Jan 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010) 352.223-70 Safety and Health (Jan 2006) 352.231-71 Pricing of Adjustments (JAN 2001) 352.242-71 Tobacco-Free Facilitates (JAN 2006) The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the Contracting Officer's Representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The COR name will be provided 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 contract; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. Invoice Submission The contractor shall submit one (1) original copy of the invoice to the address specified below: FDA/OO/OFBA/OAGS/DAP Attn: James "Scott" Rawls 3900 NCTR Road, HFT-320 Building 50, Room 430 Jefferson, AR 72079 An electronic invoice can be emailed to the following address: james.rawls@fda.hhs.gov. Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (AUG 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-5, 52.225-13, and 52.232-33. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013) applies to this solicitation. Period for Acceptance of Offers: The offeror agrees to hold the prices firm through September 30, 2013. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. 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 to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Price. Technical is significantly more important when compared to price in determining the best value to the government. Technical capability will be determined by review of information submitted by the offeror which shall provide sufficient technical information necessary for the Government to conclusively determine that the offered products and/or services meets the technical requirement identified above. It is highly recommended that offerors provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. The price proposed shall be detailed and represent the offeror's response to the schedule of supplies/services above. Understanding the possibility that only one vendor might respond with a quote, absent competitive pricing, Uofferors are encouraged to include a commercial price list with their quoteU. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2013), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit a quote, which if timely received, shall be considered. The quote shall reference solicitation number FDA-13-223-1120052. The quotes are due in person, by postal mail or email to the point of contact listed below on or before August 27, 2013, by 1200 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OA/OAGS/DAP, Attn: James "Scott" Rawls, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact James "Scott" Rawls at (870) 543-7540, fax (870) 543-7990 or email: james.rawls@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-13-223-1120052/listing.html)
 
Place of Performance
Address: HHS/FDA/NCTR, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03160200-W 20130825/130823235404-f55bd09ac93887b5a5c668a3f1e2b6ad (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.