Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2014 FBO #4598
SOLICITATION NOTICE

66 -- Equipment for performing behavioral phenotyping of transgenic mice

Notice Date
6/25/2014
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-2014-PSOL244
 
Archive Date
7/26/2014
 
Point of Contact
Andrea McGee, Phone: 3014358718
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL244 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Med Associates Inc, 166 Industrial Park Rd, Fairfax, Vermont 05454. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-75, dated June 24, 2014. A notice regarding any set-aside restrictions, the associated NAICS 334515 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis equipment for performing behavioral phenotyping of transgenic mice. Purpose and Objectives: The equipment will be used to analyze behavioral phenotyping of transgenic mice. DESCRIPTION OF REQUIREMENT Rotarod - Five Station Rota-Rod Standalone - Mouse. The Rat RotaRod provides an easy way to test the effects of drugs, brain damage, or diseases on motor coordination or fatigue resistance in rodents. Features of the Rotarod: 1. Designed for standalone operation. 2. Front panel meters display time on lane to accurately measure motor coordination and fatigue. 3. Features constant or accelerating speed modes of operation. 4. Drum is specially machined to provide a suitable grip for the animal. 5. Divided into five test zones allowing for up to four animals to be tested at the same time. 6. When the animal falls off the rotating drum, it breaks a photobeam to automatically record the amount of time spent on the drum. Startle Response - Acoustic Startle Reflex Starter Package and analysis software Features of the Startle Response: 1. Starter package includes a single test station and hardware and software to support up to seven additional test stations. 2. Included adjustable audio amplifier can produce a startle tone of up to 120 dB and background white noise up to 100 dB. 3. Data can be viewed graphically in real time and is available in text format for export. 4. Data graphs can be overlayed for easy identification of trial-by-trial differences. 5. Optional stimulus presentations including aversive stimulation, stimulus lights, or any auxiliary device can be programmatically controlled through the 28 V DC output. 6. Package Includes: • Sound Attenuating Cubicle (ENV-022S) • Stimulus connection panel with platform table and speakers. • Load Cell and Amplifier • Sound Card • PCI Network Control • Interface Cabinet (for support of up to seven additional stations) • Two speakers (background noise speaker and stimulus speaker) • All necessary cables. • Animal holder of your choice • Sound pressure level measurement package • Startle Reflex, PPI, and FPS Software Open Field - Seamless Open Field Starter Package for Mouse and seamless test arena Features of the Open Field: 1. Seamless open field arena allows for quick removal of activity chamber to facilitate cleaning and sanitation. 2. Additional arenas can be purchased for additional throughput with clean arenas for each animal. 3. Animal movement is tracked through the use of three 16 beam IR arrays. 4. IR beams are located on both the X and Y axes for positional tracking and Z axis for rearing detection. 5. Easily expandable to up to 8 test chambers for increased throughput. 6. Test arena is compatible with ventilated cover, two chamber place 7. preference insert, dark box insert, and hole board insert. 8. Packages Includes: 1, Seamless Open Field Test Arena 3, 16 beam IR arrays 1, 48 Channel IR Beam Control All Necessary Cables USB Interface Power Supply Activity Monitor Single Station Software License Fear Conditioning - NIR Video Fear Conditioning System for Mouse and Video Fear Conditioning Interface Features of the Fear Conditioning: 1. Eliminates the need for bright visible light. 2. Visible light can be used within a session as a cue without impacting the video recording. 3. Real time video recordings (30 frames per second) allows software to distinguish between subtle movements such as whisker twitch or tail flick and freezing behavior. 4. Digital camera ensures high quality, low noise video recording. 5. Package Includes: 1. Curved wall, A-frame, and smooth floor contextual inserts. 2. Latest generation monochrome digital video camera. 3. Video fear conditioning chamber with stainless-steel grid floor, quick disconnect harness, and house/stimulus light. 4. Programmable tone generator, speaker, and sound calibration package. 5. Aversive stimulator/scrambler and calibrator. 6. Sound attenuating cubicle with exhaust fan and near infrared/visible lighting system. 7. Cables and connection accessories included. Any-maze - Behavioral analysis software ANY-maze is a flexible video tracking system designed to automate testing in behavioral experiments. Packed with advanced features ANY-maze is one of the most comprehensive video tracking systems available today to automate testing in a wide range of behavioral apparatus Features of the Any-maze: 1. ANY-maze uses a clean and intuitive design based on web-like pages rather than multiple pop-up windows. 2. Almost all functionality in ANY-maze is accessed through five principle pages - Protocol, Experiment, Tests, Results and Data. 3. You can switch pages at any time simply by clicking a page's title. Place of Performance 10 Center Drive, Bldg. 10 Rm. 4A02, Bethesda, MD 20892 The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 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 establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: 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 Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product 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. All responses must be received by July 11, 2014 at 4:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL244. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SS-SA)-2014-PSOL244 /listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03406263-W 20140627/140625235329-e24e3022c4bf3c4879488888d02e3f8e (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.