Federal Bid

Last Updated on 07 Sep 2017 at 8 AM
Solicitation
Location Unknown

Vapor Inhalation System

Solicitation ID HHS-NIH-NIDA-SSSA-NOI-17-634
Posted Date 08 Aug 2017 at 6 PM
Archive Date 07 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
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 sixteen years. The use of a different technology and setup would not provide data readily comparable and consistent with previous studies. These specific chambers were designed to meet our needs, including the need of accommodating extra large AALAC approved housing cages. In addition to the vapor delivery and exhaustion setup, alarm system, pressure back up system, these chambers also accommodate a temperature monitor system that is connected to the building temperature monitor system to allow us to monitor the temperature inside each of the chambers remotely and in real time. Moreover, these chambers allow us to exquisitely control the levels of alcohol vapor that the animals are exposed to in order to produce reliable signs of alcohol dependence while preserving the animals' health.

La Jolla's system has unique features that no other company currently provides. Some features include: backup air compressor, pressure control, pressure monitors, space for extra large rat cages (AALAC certificated), safety alarm system, and multilevel liquid pump.

Project Description
To acquire an alcohol vapor system to allow us to study the neurobiology of alcohol dependence and reach the goals of our laboratory.

Purpose and Objectives
Custom Six (6) Chamber Vapor Inhalation System
• These chambers must allow one to very precisely control the concentration of alcohol in the air to produce different levels of alcohol exposure to induce a wide range of biological changes to be systematically studied. The blood alcohol level in the rat can be increased progressively from 0 to 250 mg/dl. Importantly, they must allow intoxication levels to be tightly controlled to preserve animal health. The alcohol pump speed varies from 0 to 360 strokes per minute. Usual range 10-25 strokes per minute.

• The alcohol inhalation chambers must have a double-chamber containment system that guarantee that the experimenter is safe of any hazardous vapor exposure at all time. Therefore, even if the experimenter forgets to close the rat chamber or do it improperly resulting in air leakage the double containment will ensure that the room where the system in, is not contaminated.

• Custom 6-chamber alcohol vapor inhalation system. Each chamber must accommodate a large cage ("jumbo cage 2100") with AALAS space requirements for three rats over 500.

• The alcohol inhalation chambers must have a double exhaust system that provides negative pressure inside the first containment chamber so that no vapor escapes the system when the doors are open. Guaranteeing again the safety of the experimenter.

• Includes two air compressors with alternating switch and alarm system that will notify investigator in the event of an air compressor failure.

• Must be IACUC and AAALAC certified.

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-17-634.

Responses must be submitted electronically to Sneha Singh, [email protected] and must reference the solicitation number HHS-NIH-NIDA-SSSA-NOI-17-634, 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."

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Aug 2017 at 6 PM
Location Unknown 28 Jul 2017 at 8 PM
Institute West virginia 18 Aug 2014 at 1 PM
Natick Massachusetts 19 Aug 2009 at 8 PM
Location Unknown 29 Mar 2016 at 6 PM