Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOLICITATION NOTICE

66 -- Mouse implantable telemetry transmitters

Notice Date
5/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-336
 
Archive Date
5/28/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-336 and the solicitation is issued as a competitive Request for Quotation (RFQ) with a small business set-aside restriction basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-87-2 / 04-06-2016. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 500 employees. Background: The Laboratory of Cardiovascular Science (LCS) is one of ten laboratories situated in the Intramural Research Program (IRP) at the National Institute of Aging (NIA) in the National Institutes of Health (NIH). The LCS is driven by the mission to identify age-associated changes that occur within the cardiovascular system and to determine the mechanisms for these changes. LCS researchers seek to determine how aging of the heart and vasculature interacts with chronic disease states to enhance the risk for cardiovascular diseases in older persons. The LCS currently owns and operates a monitoring system manufactured by and purchased previously from Data Sciences International (DSI). The Government requires mouse implantable telemetry transmitters to use along with the monitoring system. DSI's PhysioTel (R) ETA-F series is the only known product capable of being compatible with the subject equipment. The new telemetry implants will be used to transmit ECG, heart rate, temperature, blood pressure and activity levels in real time of the mouse. Purpose and Objective: The goal of this requirement is to obtain the subject transmitters on a Brand Name Only basis to be used in conjunction with an existing imaging system, the Vevo 3100 Imaging System, manufactured by Digital Sciences International (DSI). DSI is located at 119 14th Street NW, St. Paul, MN 55112. The purpose of this requirement is obtain new telemetry implants that will be used to transmit ECG, heart rate, temperature, blood pressure and activity levels in real time of the mouse. This requirement will be used to support the ARA 290 project and the AC 8 project. The ARA290 is a drug being studied as an inter-laboratory project to determine the ability of this drug to protect ARA290 triggers an amelioration of high-fat high-sucrose (HFHS) diet-induced metabolic abnormalities by affecting multiple levels of the insulin signaling and inflammatory cascades within the mouse skeletal muscle while enhancing mitochondrial biogenesis. The AC8 is a mutant mouse in novel therapies for the treatment of these metabolic disorders, there is a growing imperative to better understand the biology of cGampk with regard to the regulation of whole-body energy balance, in particular its role in heart rhythm. Product Description: Specifically, the Government requires quantity 24 mouse monitor telemetry implants on a Brand Name basis to the specific DSI model and item number identified herein. Products offered must include those salient physical, functional, or other characteristics of the mouse telemetry implantable transmitters as described herein. Products offered must be the following unit identification and product number code for the required mouse telemetry transmitters. 1. DSI model # TA10ETA-F20 item # 270-0042-001 quantity 24 Contractors submitting a response should indicate any warranty and shipping terms as applicable and indicate the soonest estimated time of delivery after receipt of an order. Inspection and acceptance will be performed on a government facility located at 251 Bayview Blvd, Baltimore, MD 21224. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. This section is an addendum to the FAR clause 52.212-2, Evaluation--Commercial Items applicable to this solicitation. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Approach: Offerors shall clearly indicate possessing the infrastructure or ability to obtain the infrastructure necessary to complete this requirement. Offerors submitting a response with documented evidence of possessing the technical knowledge, qualifications, capability and management structure needed in successfully performing this requirement will be determined to be technically acceptable. (2) Past Performance. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to this requirement. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. Offerors will be determined technically acceptable on its performance under existing and prior contracts for similar services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance technically acceptable determination. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-6 Option for Increased Quantity (Mar 1989). The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. 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. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2016-336. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-336/listing.html)
 
Record
SN04103948-W 20160505/160503235059-46ec6e6313e4033ce8c2d2d1ef4678f6 (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.