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 -- Operant Drug Vapor System for Mice

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-17-635
 
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 NIDA lab currently has La Jolla's alcohol vapor systems. The same technology of drug delivery and apparatus configuration is needed to obtain results that could be directly interpreted and compared with the work that has been done in the past two years. The use of a different technology and setup would not provide data readily comparable and consistent with previous studies. These chambers allow us to exquisitely control the levels of drug vapor that the animals are exposed to produce reliable signs of drug dependence while preserving the animals' health. The acquisition of this specific piece of equipment will allow us to validate similar models of drug dependence for mice. This would allow us a variety of manipulations that cannot be performed in rats because some genetic modifications are only found in mice. La Jolla's system has unique features that no other company currently provides. Some features include: electronic cigarette technology to deliver nicotine, THC, psychostimulants and opioids; software to allow very precise drug delivery; possible passive and operant drug exposure. Project Description The Neurobiology of Addiction Section uses drug inhalation chambers to produce robust models of drug dependence. The purpose is to acquire an operant drug vapor system to allow us to study the neurobiology of drug addiction and reach the goals of our laboratory. Purpose and Objectives Operant Drug Vapor System for Mice • The vapor inhalation chamber systems must produce robust models of drug dependence in mice in a precisely controlled environment to preserve animal's health. The inhalation systems must enable investigators to target and maintain specific blood drug levels. They must enable the investigator to have complete control of precisely how much drug is delivered and at precisely what scheduled timepoints drugs are delivered by enabling pre-set or customized exposure parameters. This allows the investigators to induce a wide range of biological changes to be systematically studied. The inhalation systems must allow drug delivery both passively and by self-administration. The inhalation systems must mimic human e-cigarette vaping of nicotine and THC, and can also deliver psychostimulants and opioids. The inhalation systems must allow the delivery of multiple drugs simultaneously. • The inhalation systems must mimic long-term laboratory rodent housing that laboratory rodents are accustomed to, with bedding, food and water. This results in little to no stress response during vapor exposure. • The inhalation systems must ‘scrub' the drug-laced air exiting the system by pulling that air through a charcoal-activated filter prior to allowing that air enters the institutional/house exhaust system. Most the drug under study is then trapped in the filter, allowing only negligible amounts to enter the house exhaust system. • The inhalation systems must allow precise control of drug delivery in a low stress and safe environment for both animal subjects and researchers, so that the users do not encounter the concerns/objections that are consistently raised by ACUC, EH&S and Facilities personnel. • Delivery to Baltimore, MD. Period of Performance The system shall be delivered within sixty (60) days following contractor receipt of order. 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-17-635. Responses must be submitted electronically to Sneha Singh, sneha.singh@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-NOI-17-635, 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-17-635/listing.html)
 
Record
SN04617959-W 20170810/170808232517-5b41b13e5d2375891bc58784ec1de0b3 (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.