SOURCES SOUGHT
66 -- Stoelting OPAD System R&D LEAF
- Notice Date
- 5/4/2021 1:52:20 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26021Q0555
- Response Due
- 5/7/2021 2:00:00 PM
- Archive Date
- 06/06/2021
- Point of Contact
- Dane Gift, Contract Specialist, Phone: 360-816-2762
- E-Mail Address
-
Dane.Gift@va.gov
(Dane.Gift@va.gov)
- Awardee
- null
- Description
- Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is not applicable as there is a class waiver for the NAICS and PSC. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty 67500 Operant Pain Assessment Device (OPAD) System 1 60000U ANY-maze Upgrade to Full License 1 67501 Operant Pain Assessment Device (OPAD), Software Not Included 2 60516 Digital USB 2.0 CMOS Camera 1 60528 Lens for 60516, Vari-focal, 2.8-12mm 1 60517B USB 2.0 Male to Mini Cable, Right Angle, 15 ft. 1 60545 Universal Camera Mounting Bracket 1 Salient Characteristics: The Stoelting Orofacial Pain Assessment Device (OPAD) is manufactured by the Stoelting Company. The Stoelting OPAD System provides an automated measurement orofacial pain assessment in the trigeminal nerve in rats and mice via hot or cold or mechanical stimulation. Using an operant behavior conflict paradigm, rodents voluntarily (cognitive-based) decide between receiving a reward or avoiding an aversive stimulus to the orofacial region. The requested equipment and ancillary software must satisfy the following requirements: Device with the ability to measure conflict between operant reward and orofacial pain via adjustable hot/cold (4-75 degrees Celsius) or mechanical stimuli. Must be able to multiplex so multiple devices can be run at the same time from the same computer. Must include acquisition and analysis software. Hot or Cold Temperature Control Mechanical stimulation Objective pain assessment Operant testing and measures Easy/quick to set up and change between animals Up to 16 cages with a single Computer 4 to 75 Celsius temperature range USB connection Designed for use with mice or rats Thermode adjustable Single cage for mice and rats LCD display Ability to set and change thermode temperature Automatically tracks licks and touches to reward bottle and thermode Ability to ramp temperature during experiment Easy to use interface and protocol set up Potential contractors shall provide, at a minimum, the following information to dane.gift@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334516 Analytical Laboratory Instrument Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Responses are due by 5/6/2021 17:00 PM EST, to the Point of Contact. Shipping Address: Department of Veterans Affairs Puget Sound VA Health Care System 1660 South Columbian Way Seattle, WA 98108 Point of Contact: Dane Gift Contracting Specialist Dane.Gift@va.gov 360-816-2762
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd21e1fa87fa4c26b7f1674cc1c3111f/view)
- Place of Performance
- Address: Department of Veterans Affairs Puget Sound VA Health Care Systems 1660 South Columbian Way, Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN05991459-F 20210506/210504230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |