Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
SOURCES SOUGHT

66 -- Marmoset Cages

Notice Date
7/10/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2017-545
 
Archive Date
8/1/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-545 2.Title: Marmoset Cages 3.Classification Code: 66 - Instruments and laboratory equipment 4.NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing 5.Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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 AHCS at NINDS supports investigators who use animals in their research into the causes, treatment, and prevention of neurological disorders. Animal caging must be fabricated and maintained in a manner consistent with regulatory guidance. Racks and cages must be easily sanitizable and robust enough to withstand the rigors of mechanical washers. Cages must be adequately ventilated, allow observation of the animals, prevent their escape and allow them to engage in species-typical behaviors. Purpose and Objectives: The purpose of this acquisition is to procure marmoset cages for the National Institute of Neurological Disorders and Stroke (NINDS) Animal Health Care Section (AHCS). Project Requirements: Purchase Description: The NINDS AHCS requires twelve marmoset racks with two cages per rack. Each cage shall be equipped with an under-cage excreta pan and a door with a tamper-proof closure. The successful offeror shall provide caging that meets the specifications identified in this purchase description and provides the government the best value over the expected lifespan of the cages. Quantity Twelve racks providing 24 cages are required. A total of 48 excreta pans are required. Salient characteristics: The NINDS AHCS requires marmoset caging that meets the following specifications: a)Cages must be at least 30 inches wide by 31 inches long by 38 high. b)Each cage must contain one 12-inch wide shelf running from side to side along the back wall of the cage. c)Each cage must have two 5-inch wide shelves running from front to back along the side walls of the cage. d)Each cage must have one door no smaller than 12 inches wide by 16 inches tall with a tamper proof closure. The center of the door must be at or above the midpoint of the cage's height. e)Cages shall be made of wire mesh approximately ¼ by 1 inch on the front, back, floor, ceiling and right side wall. The left side wall should be solid metal. All cage components should be 304 stainless steel. f)Overall rack height should be approximately 89 inches. g)Racks shall be mobile on 4-inch stainless steel casters with stainless steel bearings. h)Refuse trays must be 30 inches wide by 31 inches long by 1 inch deep and be made of either 304 stainless steel or hard plastic material that is easily sanitizable. i)It is desirable, but not required, that an option for an attachable nest boxes be included. The nest boxes should attach to the exterior of the cage and permit opening and closing of a door to the box from outside the cage. The nest boxes should be no smaller than approximately 8 inches wide by 8 inches tall by 4 inches deep and constructed of 304 stainless steel. There must be a mechanism to securely attach the boxes to the fronts of the cages. j)It is preferable, but not required, that proposals demonstrate an option for mesh tunnels capable of connecting two cages. The tunnels must mate to the openings of either the cage doors or the nest box doors. They should be constructed of the same mesh used for the cage walls with a mechanism to securely attach the tunnels to the openings of the cages. The ability to connect two cages vertically on the same rack and two cages horizontally on adjacent racks are both desired. k)Other cage/rack configurations of comparable complexity and construction will also be considered, but all cages must provide a minimum or 6.3 square feet of floor surface area. Delivery: Contractor shall deliver the required equipment within twelve (12) weeks after receipt of order. Warranty: The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Other important considerations: None Capability statement /information sought. Interested parties shall submit a capability response that clearly demonstrates the ability to provide the required services. Responses may include: •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; •information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; •general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); 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. 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 Jermaine Duncan at e-mail address Jermaine.Duncan@nih.gov The response must be received on or before 11 a.m. on 7/17/2017 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-01/HHS-NIH-NIDA-SSSA-SS-2017-545/listing.html)
 
Record
SN04572820-W 20170712/170710235255-a1bb750107bb7dad34de370ce1917788 (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.