SOURCES SOUGHT
66 -- Behavioral Monitoring System for rats and mice
- Notice Date
- 6/27/2016
- Notice Type
- Sources Sought
- 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-2016-425
- Archive Date
- 7/21/2016
- Point of Contact
- Pamela J. Daugherty, Phone: 3014802467
- E-Mail Address
-
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The Biobehavioral Imaging and Molecular Neuropsychopharmacology Unit at the NIDA IRP conducts experiments that focus on measuring food intake, water intake and behavioral tracking of mice and rats, since changes in such behaviors are though to confer vulnerability to drug reinforcement. The specific behavioral monitoring system from Noldus will enable our staff to perform non-disruptive assessment of feeding and drinking, along with animal tracking and for extended periods of time. This will provide our unit with a significant ability to measure ingestive behavior accurately. Purpose and Objectives: This purchase is for 16 rat cages from Noldus that are equipped for behavioral monitoring experiments. The objective is to use these chambers for examining behaviors relating to the self-administration behavior of natural stimuli (e.g. food pellets) and for measuring drinking behaviors. Project requirements: These rat cages will be utilized for examining behaviors relating to long-term feeding and drinking and must interface with existing software (EthoVision®XT by Noldus) that the lab currently has. These cages are specially designed to interface with the EthoVision®XT software and are the only cages available that are compatible with this software. Additionally, Noldus is the sole manufacturer and supplier of this equipment. The following items and quantities are needed for full chamber set-up: Qty Item No. Description 1ea EXTH-1101 EthoVision XT 11: Multiple Arena and Trial & Hardware Control Module 1ea SCQU-NCU3 Upgrade for License No.: EV071-01222 with addition of Multiple Arena, Multiple Body Point, and Trial & Hardware Control Modules 2ea PTIO-0020 USB-IO Box 12 TTL + 13 SDI i/o 1ea XPCD-5810 Desktop Computer 16ea BOM-ZPTC-4500 PhenoTyper, rat 16ea BOM-PTLM-0001 Lickometer set 16ea BOM-PTMF Mouse Feeding Monitor 2ea REUS-TEV1 EthoVision: On-Site Installation and Training - 2 days 4ea XCFS-BG6N NIR Monochrome GigE camera set with IR Illuminator 1ea SCQU-NC03 NoldusCare 3 Years (1st year free) warranty Anticipated period of performance: The system is expected to be delivered 90 days after award Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specificed in this notice. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Pamela Daugherty, Contract Specialist, NIH/NIDA/SSSA at pamela.daugherty@nih.gov The response must be received on or before July 6, 2016 at 3:00 pm Eastern Time. " 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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. 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/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-2016-425/listing.html)
- Record
- SN04163826-W 20160629/160627235405-0018a82dff8451a6a78d3c98a04950a6 (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 |