Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

66 -- Comprehensive Lab Animal Monitoring System Upgrade

Notice Date
7/29/2016
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-16-449
 
Archive Date
8/30/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Comprehensive Lab Animal Monitoring System Upgrade HHS-NIH-NIDA-SSSA-NOI-16-449 INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION 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 Aging (NIA) intends to negotiate and award a contract to Columbus Instruments International Corporation located at 950 North Hague Avenue, Columbus, Ohio 43204-2121 without providing for full and open competition. The award shall be for upgrades to existing laboratory equipment. REGULATORY & STATUTORY AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated July 14, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is based upon the market research conducted as prescribed in FAR Part 10--Market Research. Specifically the results of market research concluded that only Columbus Instruments is capable of meeting the needs of this requirement to ensure continuity of science and continued full functionality of proprietary equipment. The equipment requiring upgrade, a Comprehensive Lab Animal Monitoring System (CLAMS), is proprietary to its original equipment manufacturer, Columbus Instruments, and no other company is capable of providing the required equipment hardware and software upgrades. A sole source letter and associated email correspondence verifying this fact are attached to this justification. If a different equipment hardware and software upgrade were acquired, continuity and integrity of research efforts performed by the monitoring system would be jeopardized due to hardware and software incompatibility. The CLAMS would therefore not be fully operational and would be unable to perform the required animal monitoring activities necessary for on-going research efforts. This system is currently used by the NIA to assess whole body metabolism in animal models. To continue study of these models, an upgrade of the CLAMS equipment is essential to ensure that research remains in line with state of the art methods. Ongoing research efforts which use this instrumentation include pancreatic beta cell function and insulin secretion studies, animal diet studies (such as high fat high sugar diets to assess ways to inhibit metabolic changes associated with "Western" diets), and new drug development for the prevention of Type 2 Diabetes. The required upgrades shall ensure continuity of these scientific efforts. DESCRIPTION OF REQUIREMENT Background A key goal of the National Institute on Aging (NIA) Laboratory of Clinical Investigation (LCI) Diabetes Section is to further understand the etiology of diabetes in older people and to develop new and novel therapeutics for the treatment of this disease, in part using animal models. Alterations in metabolic processes (or metabolism) are a key component of this goal. The LCI Diabetes Section is currently using an 8-cage Columbus Instruments Comprehensive Lab Animal Monitoring System (CLAMS) to perform research on these subjects. The CLAMS [Serial No. 090316] was purchased in FY2009 under contract number HHSN271200900632P with Columbus Instruments. Between LCI and other inter-laboratory collaborations, this instrument is in constant use and now requires upgrades to ensure continued state of the art research. Purpose and Objectives The purpose of this requirement is to acquire one (1) Columbus Instruments Comprehensive Lab Animal Monitoring System (CLAMS) upgrade for hardware and software for the monitoring of metabolic changes. To ensure research data standardization and compatibility with existing equipment, the necessary upgrades constitute a sole source acquisition. Project Description The contractor shall provide the NIH/NIA Laboratory Clinical Investigation, Diabetes Section with one (1) Columbus Instruments Comprehensive Lab Animal Monitoring System (CLAMS) upgrade for hardware and software as follows: 1.One (1) 8/16 Station CLAMS Interface and Software Upgrade 2.One (1) 8/16 Station Oxymax Open Circuit Calorimeter for Mice Upgrade 3.One (1) 8/16 Station XY-Axis Activity Monitor for Mice Upgrade 4.One (1) 8/16 Station CLAMS Feeding Mass Monitor Upgrade 5.One (1) 8/16 Station Running Wheel for Mice Upgrade 6.Eight (8) Center Feeder Chambers 7.One (1) CLAMS Enclosure Drawers 8.One (1) CLAMS 79" Temperature and Light Controlled Enclosure Additionally, the contractor shall provide inside-delivery as well as on-site installation and training. Shipping must be insured. Delivery/Period of Performance The contractor shall deliver the required hardware and software within three (3) months after contractor receipt of order. Installation and training shall be provided within three (3) weeks thereafter. Place of Performance: The required equipment upgrade shall be delivered and installed in Room 02C635 at the NIH Biomedical Research Center located at 251 Bayview Boulevard, Baltimore, MD 21224. The contractor shall be provided access to the room at the time of installation as escorted by Government staff. Contract Type A firm fixed price contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE INSTRUCTIONS Responses to this solicitation 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; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1)Technical Capability The Offeror shall detail in its technical proposal how its proposed upgrade meets or exceeds each of the project requirements. This shall include detailed specifications of the offered upgrade. Technical approach shall be evaluated to determine how the proposed upgrade meets or exceeds each of the above-detailed requirements. 2)Delivery The Offer shall detail in its technical proposal how it shall meet the delivery requirements. Quotations must include a delivery lead time and shall be particularly evaluated for ability to meet or exceed delivery schedule needs indicated in this document. 3)Past Performance The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the software requirements outlined in this Statement of Work. Experience must be specific to provision of microscope software and shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization Served b.Description of Requirement / What Was Supplied c.Total Contract Value d.Contract Period of Performance / Delivery Timeframe Past Performance shall be evaluated for relevance to the current requirement. Contractor responses shall be evaluated using overall adjectival ratings of "Excellent," "Very Good," "Good," "Fair," and "Poor." APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-449. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-449/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04202317-W 20160731/160729235139-bb305d56c36bd38b4fade0dcf464f88f (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.