Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

66 -- Vapor Inhalation System

Notice Date
8/8/2017
 
Notice Type
Presolicitation
 
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-NOI-17-636
 
Archive Date
9/7/2017
 
Point of Contact
Sneha V Singh, Phone: 3014802443
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Drug Abuse intends to negotiate and award a contract for a vapor inhalation system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516, Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95, 19 Jan, 2017. STATUTORY AUTHORITY 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. DESCRIPTION OF REQUIREMENT This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to: La Jolla Alcohol Research, Inc. PO Box 13397 La Jolla, CA 92039 The essential characteristics of the e-Vape Inhalation System that limit the availability to a sole source are: i) they enable research to target and maintain precise blood levels of drugs of abuse (including the simultaneous delivery of multiple drugs of abuse) on a precise administration schedule, as needed; ii) they enable the delivery of both passive and active administration; iii) they allow for administration of drugs of abuse in a controlled environment over multiple hours that minimizes stress as well as allows access to food, water and bedding; and iv) they allow of safe administration and clearance of the drug of abuse with minimal risk of exposure to the experimenter, maximizing the experimental potential while minimizing health and safety concerns. Only this suggested source can furnish the requirements, to the exclusion of other sources, because they are the sole manufacturer and distributor of this patent protected vapor inhalation chamber system. Project Description Using the e-Vape systems will allow the simultaneous delivery of drugs of abuse, in our case nicotine and menthol, non-invasively, in a low stress environment while simultaneously minimizing the risk of exposure to experimenters with its ability to dispose of the drug vapor via a customized charcoal-activated filter. This methodology will allow us to build on previous research using this method as well as better mimic human delivery of nicotine and menthol, via inhalation, in a controlled environment. Using this system will more closely model the human condition as well as opens the potential for other drug experiments, as these systems can be used for multiple drugs of abuse. We are building on a previous animal model that required multiple survival surgeries as well as a subcutaneous route of administration for chronic nicotine exposure, which increases the stress to the rodent. Using these systems, we will be able to delivery nicotine and menthol on multiple schedules, including intermittent or chronic schedules, for multiple hours as well as in a home-cage environment. Rats will not require any surgery and will be able to be exposed for long periods of time with minimal stress. This in combination with our in-house techniques of magnetic resonance imaging (MRI), will offer a unique platform for preclinical models of nicotine dependence and addiction. Purpose and Objectives Two (2) 4-Chamber Passive e-Vape inhalation systems to include: 1. Two (2) passive e-Vape inhalation chambers (4 chambers in each set) 2. A two-day onsite training 3. Crafting and shipping costs Salient characteristics • Customizable drug delivery (drug, dosage and frequency) of vapor • Precisely mimic human e-cigarette vaping of nicotine • Can delivery multiple drugs simultaneously (for ex: nicotine and menthol) • Mimic long-term laboratory housing, with the inclusion of bedding, food and water freely available • Minimizing stress of drug delivery (i.e. does not require surgery or multiple injections) • Minimizes experimenter exposure to the vapor through active filtration and use of the institutional exhaust system Period of Performance The systems shall be delivered within sixty (60) days following contractor receipt of order. Onsite training is to be provided within 2 weeks of delivery. CLOSING STATEMENT 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 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. 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." 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. All responses must be received by 12:00 PM on August 23, 2017 and must reference number HHS-NIH-NIDA-SSSA-NOI-17-636. Responses must be submitted electronically to Sneha Singh, sneha.singh@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-NOI-17-636, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-17-636/listing.html)
 
Record
SN04617953-W 20170810/170808232514-12f51cb03464997628fcbc9050823bc4 (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.