Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
SOURCES SOUGHT

66 -- Polycarbonate Rodent Enrichment Tunnels

Notice Date
12/28/2017
 
Notice Type
Sources Sought
 
NAICS
326199 — All Other Plastics Product 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
SBSS-NIH-NIDA-18-4813435
 
Archive Date
1/18/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, NINDS Contracts Management Branch, 6001 Executive Blvd, Suite 3287, Bethesda, MD 20892-9531 (FedEx/courier: use Rockville, MD 20852). Introduction : 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. North American Industry Classification System (NAICS) CODE : The NAICS code applicable to this requirement is 326199 - ALL OTHER PLASTICS PRODUCT MANUFACTURING. The small business size standard for this NAICS code is 750 or fewer employees. Background Information : The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the cause, treatment, and prevention of neurological disorders. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Statement of Need and Purpose : The purpose of this acquisition is to aquire two (2) sizes of polycarbonate tunnels that are tailored to research protocol specifications for the NINDS rodent colonies housed in NIH Buildings 35, and 10 ACRF. Product quality, particularly size, color, and material, are considered imperative. Anticipated contract will be an Indefinite Delivery/Indefinite Quantity-type contract with a 12-month (one year) base ordering period and four successive 12-month (one year) term option ordering periods (total possible ordering period of 5 years). Background Information and Objective : The Animal Health Care Section (AHCS) of the National Institute of Neurological Disorders and Stroke (NINDS) is tasked with veterinary care, management and oversight responsibilities for rodent colonies in the NIH Building 35 Shared Animal Facility. Rodents housed in this vivarium are utilized in animal study protocols belonging to eight (8) NIH Institutes and Centers. Two sizes of polycarbonate tunnels (one sized for mice and one sized for rats) are required fixtures within the cage habitat. These tunnels will assist in maintaining consistent health, welfare and environmental enrichment for the mice and rats that are utilized in numerous animal study protocols. Generic Name of Product : Polycarbonate enrichment tunnels for small animals (mouse and rat) Salient characteristics Contractor shall provide two sizes of polycarbonate tunnels for the NINDS AHCS rodent colonies enrichment as follows: •Mouse tunnels shall be extruded and cut to the following dimensions: Length: 4.00" Inside Diameter: 1-9/16" (1.5625") Outside Diameter: 1-13/16" (1.8125") Wall Thickness: 0.125" •Rat tunnels shall be extruded and cut to the following dimensions: Length: 6.00" Inside Diameter: 3.00" Outside Diameter: 3-1/4" (3.25") Wall Thickness: 0.125" •Tunnels shall be manufactured (extruded) from virgin, high-temperature polycarbonate. •Tunnels shall be manufactured with an amber tint. The amber tint shall be light enough to permit visualization of the animals within the tubes without having to open the cage, but be dark enough that the animals perceive the space within the tube to be slightly dimmer than the surrounding cage. •Tunnels shall be transparent so that rodents residing inside the tunnels are visible during observation periods. •Tunnels shall be manufactured with minimal surface ridges in order to reduce light distortion •Tunnels shall not visually distort size or image of observed rodents nesting inside the tunnels. •Tunnels shall be smooth-cut to length and shall be cut square with the length •Tunnels shall be manufactured so that there are no cracks, crevices, or sharp edges. •Tunnels must be odorless, and nonhazardous to humans and rodents •[insert any additional details you can think of, if any, that you will be looking for when examining supplied samples; the more detail, the more items we can "point to" to support our award decision - we can only base our award decision on the written evaluation criteria (if we base our award decision on anything other than what is written, a losing offeror could potentially "protest" and overturn our award decision, so the more detail we provide, the better)]. Quantity: The maximum quantity that the government may order in the base year of the contract is detailed in the table below. The minimum quantity which may be ordered for the base year of the contract is detailed in the same table. In option years 1 through 4, 25% of these numbers may be ordered. Contract Year Product Description Minimum Quantity Maximum Quantity Base Year Mouse Tunnel 20,000 25,000 Rat Tunnel 938 1,172 Option Year 1 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 Option Year 2 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 Option Year 3 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 Option Year 4 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 5 Year Subtotals:Mouse Tunnel 21,600 50,000 Rat Tunnel 1,338 2,372 Totals: 22,938 52,372 Delivery : Contractor shall coordinate and deliver polycarbonate tunnels to the government within four (4) weeks after receipt of a Task Order. Period of Performance : The period of performance shall be for one (1) base year from date of award, with up to four (4) option years. Task Orders issued under this contract shall be placed in writing or via electronic mail (e-mail) by the Government and are anticipated to be issued as firm fixed price for the order quantity; FOB Destination. Option(s) : A minimum number of polycarbonate tunnels are required in the base year. Additional tunnels may be purchased at Government discretion. See the table in the section above that estimates the minimum and maximum quantities needed by the government over the life of the contract. Warranty : Contractor shall provide a minimum warranty of 12 months for materials and workmanship. Contractor shall also replace, at no additional charge to the government, any polycarbonate enrichment tunnels that substantially deviate from the specifications outlined in the Salient Characteristics section above. Capability Statement / Information Sought : Contractors that believe they possess the ability to provide the required product(s) should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov in MS Word format. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before January 12, 2018 at 5:00 PM EST. Note : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4813435/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04777995-W 20171230/171228231221-c1487fd69a79b7ed715bb78ecbeccdfc (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  © 1994-2020, Loren Data Corp.