SOURCES SOUGHT
66 -- Plethysmograph Tubes
- Notice Date
- 6/25/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1151795
- Archive Date
- 7/15/2015
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement for plethysmograph tubes. The FDA is seeking small business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, and subsequently maintaining, a U.S. made product of a small business manufacturer or producer for the items described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The NCTR requires nose-only plethysmograph tubes for rat (standard/medium size and medium size for animal body weight range of 250 to 325 grams, and 325 to 400 grams, respectively) with neck restraint and penumotachograph to fit on existing Plethysmograph System and components. The plethysmography system comprised of the Buxco QT series pressure transducers, QT series preamplifier, and FinePointe Research software. To meet the regulatory decision needs of the Center for Tobacco Products, the NCTR-Center for Tobacco Products (CTP) Inhalation Toxicology Facility is equipped to measure the respiratory system function and capability on animals on study, and determine the impact (if any) of the inhaled test article on lung capacity and function the respiratory capacity of test animals on the study. The facility requires additional nose-only plethysmograph tubes for the measurement of pulmonary physiology parameters of animals during nose-only inhalation exposure periods. Performance requirements: 1. The sealed plethysmograph tube shall be able to connect to the flow-through nose-only exposure system the BUXCO currently used at the CTP/NCTR inhalation toxicology facility for the measurement of pulmonary physiology parameters (i.e., respiratory rate, tidal volume and minute volume) while animals are exposed to the test atmosphere via nose-only inhalation route. 2. Nose-only plethysmograph tube shall be able to incorporate existing plethysmography system hardware and software (Buxco QT series pressure transducers, QT series preamplifier, and FinePointe Research software) 3. The sealed plethysmograph tube shall be fully comparable and compatible with the existing system, i.e., using an Allay neck restrainer to restrain the rat and having a pheumotachograph to measure the flow-derive respiratory parameters during nose-only exposure to a vapor, aerosol, or particulate 4. Nose-only plethysmograph tube shall use a Allay neck restraint, not a push rod, to secure the animal in order to minimize compression of animal's thoracic cavity 5. Nose-only plethysmograph tube shall have halcyon penumotachograph to monitor animal respiratory waveform generated by thoracic movement 6. The sealed plethysmograph tube shall have an optional inlet to connect to a bias flow during the measurement. 7. Nose-only plethysmograph tube must be capable of holding an animal with body-weight ranged from 250 to 400 grams. Standard commercial warranty shall be provided by the Contractor. The Contractor shall include all costs associated with the shipping and handling of the equipment. Delivery: 3900 NCTR Road Jefferson, AR 72079 Period of Performance Delivery shall occur within 15 calendars days from date of award. Warranty shall commence upon acceptance of the equipment. Offerors are afforded the opportunity to inspect the system prior to the date set for receipt of quotes by contacting the Contract Specialist/Contracting Officer identified herein to schedule an appointment. Failure to inspect the system will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. • Information on available service/maintenance plans. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 30, 2015 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1151795. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. It is anticipated that a solicitation will be issued on a brand name or equal basis. 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 organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide 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 FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1151795/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03776840-W 20150627/150626000011-ffb7c0457676d378126b37b25bd62616 (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 |