Integrated Cage Promethion Metabolic System (or Equal).
ID: 75N95024Q00298-RFQType: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Health and Human Services, National Institutes of Health (NIH) seeks quotations for an Integrated Cage Promethion Metabolic System, a commercial service essential for enhancing research capabilities in circadian and aging studies. This user-friendly system must have customizable features and easy access for rodent experiments and cleaning.

    The procurement focuses on acquiring a comprehensive metabolic and behavioral phenotyping solution, emphasizing advanced monitoring capabilities and compliance with Section 508 accessibility standards for individuals with disabilities. Offerors must provide detailed accessibility reports and ensure compliance with telecommunications and video surveillance equipment regulations.

    Key requirements include customizable programmable light and temperature settings, advanced monitoring tools, and quick installation and cleaning access. The contract, anticipated to be a firm fixed-price purchase order, requires delivery and installation within 14 weeks of award. The evaluation of quotes will prioritize technical capability, past performance, and price, with accessibility and telecommunications compliance also critical.

    Interested parties should submit their quotations by 5:00 p.m. on August 20, 2024, to be eligible for this time-sensitive opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institute on Aging seeks to procure a specialized Circadian Environment System for its Translational Gerontology Branch. The primary objective is to facilitate controlled dietary interventions and aging studies on mice. This system comprises light-tight cabinets, automated feeders, and software control mechanisms. The agency requires these components to conduct research on the effects of dietary restrictions and circadian rhythms on mammalian longevity. Specifically, the hardware includes eight cabinets, each housing three testing cradles, along with insulation, steel frames, and customized automated feeders designed for Sable Systems' Cage Promethion Metabolic Core. The software and control equipment include Feeder-Hubs, a computer system, and an rs485USB converter for data interface. Vendors must ensure compatibility with the Clocklab Chamber Control software for environmental and behavioral control. The requested delivery and installation deadline is within 12 weeks of the purchase order. This information will be crucial for vendors to understand the detailed requirements and tailor their proposals accordingly.
    The National Institute on Aging seeks to acquire an advanced Integrated Cage Promethion Metabolic System for its Intramural Research Program. This system is primarily comprised of metabolic cages for rodents, designed to integrate multiple physiological measurements, including energy expenditure, gas exchange, body temperature, and behavioral events like activity and consumption. The emphasis is on enhancing research capabilities for circadian and aging studies. The system must offer customizable features, such as programmable light intensity and a wide temperature range, while ensuring easy access and excellent animal care. It should also integrate advanced monitoring capabilities, such as telemetry, to track various physiological parameters. One of the key requirements is the system's ability to conduct research under more natural conditions, particularly thermoneutrality, which is a key advantage over existing setups. The purchase includes an extensive list of specialized hardware, software, and accessories, such as gas analyzers, cage controllers, environmental sensors, and telemetry bases, all aimed at creating a comprehensive metabolic and behavioral phenotyping system. The agency requires delivery and installation within a 14-week timeframe.
    The procurement objective of this RFP revolves around ensuring compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Specifically, the focus is on the section prohibiting the use of certain telecommunications and video surveillance services or equipment. The act requires offerors to provide representations and certifications regarding their products or services. This file mandates that offerors disclose whether they will provide covered telecommunications equipment or services and detail the entities producing such equipment, along with service descriptions and explanations of their proposed usage. This is a critical component of the procurement process, as offerors must demonstrate compliance with the relevant sections of the act to be considered for selection.
    The primary objective of this procurement is to obtain representations and certifications from offerors regarding their provision of covered telecommunications equipment or services. Offerors must review the System for Award Management (SAM) to ensure compliance with federal awards criteria, specifically related to "covered telecommunications equipment or services." This SAM list outlines entities excluded from receiving federal funds for these specific telecommunications and surveillance services or equipment. The government agency seeks to procure telecommunications solutions from vendors who can confirm they do not supply excluded equipment or services and that their own supply chain is free from these exclusions. This representation is a crucial eligibility requirement for potential contractors.
    The primary objective of this procurement is to ensure compliance with various Federal Acquisition Regulation (FAR) clauses. The focus is on incorporating clauses related to ethical business conduct, whistleblower protections, and restrictions on subcontracting. The government seeks to enforce these clauses throughout the contracting process, emphasizing transparency, accountability, and security. Numerous clauses fall under the procurement's scope. These clauses cover a wide range of topics, including prohibitions on confidentiality agreements, contracting with specific entities, and requirements for small business subcontracting plans. Additionally, the procurement mandates compliance with clauses addressing labor standards, equal opportunity employment, and privacy training. Contractors must agree to allow access to their records for examination and adhere to provisions related to combating trafficking in persons and promoting excess food donation. To submit a compliant proposal, bidders should demonstrate their ability to adhere to the extensive list of FAR clauses outlined in the RFP. The evaluation of proposals will likely focus on the extent to which bidders can ensure legal compliance and uphold ethical standards as specified in these clauses. Key dates and other administrative details are not explicitly mentioned in the provided file, so a comprehensive understanding of the procurement timeline and process is not possible based on the available information.
    The focus of this procurement is on ensuring compliance with trade agreements. The government seeks to purchase end products that are certified as being made in the United States or designated countries, as defined by the "Trade Agreements" clause referenced in the solicitation. Offerors are required to provide a detailed certification for each end product, with a separate list for those that are not U.S.-made or designated country products. The evaluation of offers will prioritize those that adhere to the Trade Agreements policies, with awards potentially given to non-U.S. products only if there are no adequate U.S.-made or designated country alternatives.
    The government agency seeks to procure accessible Information and Communication Technology (ICT) supplies, products, and services in compliance with Section 508 accessibility standards. Offerors must submit detailed accessibility conformance reports or checklists to ensure their solutions align with these standards. The focus is on facilitating equal access for individuals with disabilities by ensuring their delivered ICT offerings are compliant. This deviation emphasizes the importance of accessibility and holds contractors accountable for any non-conformance issues, mandating their remediation at no extra cost. The procurement aims to acquire accessible ICT solutions, with evaluation based on their ability to meet these accessibility requirements.
    The primary objective of this procurement is to ensure compliance with Section 508 of the Rehabilitation Act of 1973, as amended. This act focuses on making information and communication technology (ICT) accessible to people with disabilities. The government seeks ICT supplies, products, and services that adhere to revised accessibility standards. The ICT accessibility requirements are detailed in the deviation clause, emphasizing the need for conformance with the Revised 508 Standards. The clause also outlines the process for determining and addressing any non-conformance issues, ensuring contractor responsibility for remediation. This clause will be incorporated into the contract or order, applying specifically to ICT procurements. Contractors will be required to submit accessibility conformance checklists or reports, and any further necessary information, to assist the government in evaluating compliance with Section 508 standards. For Indefinite-Delivery contracts, additional accessibility standards may be specified in task/delivery orders. Contractors must identify any perceived exceptions or exemptions to these requirements. Key dates and evaluation criteria are not provided within the file contents, indicating that they will be specified in the full RFP. The focus here is on the necessity for ICT accessibility and the associated conformance requirements.
    The updated file specifies detailed requirements for vendors to follow when submitting invoices and requests for payment to the government. It emphasizes the importance of adhering to prompt payment regulations, with specific timelines outlined for different scenarios. This update mandates the use of the Invoice Processing Platform (IPP) for submitting invoices, with copies directed to approving officials and technical points of contact. Key dates include a 30-day payment window, which can be extended if the invoice requires further review or there's a discrepancy. Evaluation criteria hinge on the accuracy and timeliness of invoices, matching them with the descriptions on the awards, and ensuring the correct tax identification numbers are provided. The focus is on efficient payment processing, encouraging accelerated payments to small business subcontractors, and the inclusion of UEI numbers in SAM.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Whole Body Composition Analyzer for Live Animals
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a Whole Body Composition Analyzer for Live Animals, identified under solicitation number 75N95024Q00567. The procurement aims to acquire an EchoMRI-100TM system, which is essential for non-invasive, high-precision measurement of body composition in live animals, facilitating research in various biomedical fields. The contract is expected to be awarded as a firm fixed-price purchase order, with a delivery timeline of 60 days after receipt of order to the NIH Biomedical Research Center in Baltimore, Maryland. Interested vendors must submit their quotations by 11:00 A.M. Eastern on September 16, 2024, to Hashim Dasti at hashim.dasti@nih.gov.
    Luminescence reader for tissue explants
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking proposals for the procurement of a luminescence reader for tissue explants, aimed at supporting research on dietary interventions in aging mice. The required equipment must provide high-throughput luminometry capabilities for self-luminous tissues, ensuring reliable and real-time measurements over extended periods, which is critical for circadian and longitudinal aging studies. This acquisition is essential for the NIH's ongoing research efforts at the National Institute on Aging, with a firm fixed-price purchase order anticipated to be awarded, and delivery expected within 60 days after receipt of order. Interested vendors must submit their quotations by 11:00 A.M. Eastern on September 9, 2024, to Hashim Dasti at hashim.dasti@nih.gov.
    High Density Ventilated Rack Purchase
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of High Density Ventilated Racks (HDVRs) and associated supplies for their vivaria. This acquisition aims to replace existing racks and cages, which are crucial for the effective husbandry and management of laboratory animal colonies, supporting various research objectives. The procurement follows Simplified Acquisition Procedures under FAR guidelines and is open to full competition, with a requirement for Allentown brand name or equivalent products. Interested vendors must submit their quotes electronically by September 12, 2024, and can direct inquiries to Seth Schaffer at seth.schaffer@nih.gov or Linda Smith at linda.smith2@nih.gov.
    Division of Veterinary Resources (DVR) Customized Cages
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking to award a Firm-Fixed-Price purchase order for the procurement of divider panels intended for customized cages used in the Division of Veterinary Resources (DVR). The specific requirement involves opaque vertical cage center dividers for Marmoset QUAD cages, which are essential for animal separation within the NIH's Non-human Primate (NHP) facilities that support ongoing research projects. The NIH has determined that Tecniplast USA is the only known responsible source capable of providing the compatible caging equipment that meets manufacturer standards and warranty requirements. Interested parties that believe they can fulfill this requirement are invited to submit a written capability statement to Ryan Alexander at ryan.alexander@nih.gov by 08:00 a.m. EST on September 11, 2024, as the anticipated award will be issued shortly thereafter.
    Acquisition of a U-Rhythm Device for Endocrine and Metabolic Investigation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the acquisition of a U-Rhythm device intended for endocrine and metabolic research at the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK). The procurement aims to obtain U-RHYTHM microdialysis collection devices, which are crucial for monitoring hormone levels in interstitial tissue fluid over extended periods in real-world settings, and includes essential components such as a portable syringe pump, microdialysis catheter, tubing assemblies, and processing kits. This equipment is vital for advancing scientific understanding and treatment options in endocrine and metabolic health. Interested vendors should contact Amber Harris at amber.harris@nih.gov for further details, as the solicitation is not set aside for small businesses and will be evaluated based on technical compliance and cost, with a Firm-Fixed Price purchase order to be delivered and accepted at the NIH facility in Bethesda, Maryland.
    Downstream Development Biolayer Interferometer Instrument: GatorPivot 16 Channel and Gator Pro 32 Channel Systems- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two Biolayer Interferometer Instruments, namely the GatorPivot 16 Channel and Gator Pro 32 Channel systems, to support monoclonal antibody and vaccine development projects. The instruments are critical for high-throughput quantification of proteins and protein epitopes, essential for vaccine efficacy and regulatory approval processes. Interested vendors must submit their quotes by September 13, 2024, with the expectation of delivery within 90 days post-award, and are encouraged to demonstrate their capability to meet the specified technical requirements. For inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or Linda Smith at linda.smith2@nih.gov.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    STANDING ORDER FOR NOVA BIOMEDICAL LABORATORY SUPPLIES
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotes for a standing order of Nova Biomedical laboratory supplies. This procurement, identified by solicitation number RFQ-NIAID-24-2230810, requires specific brand-name items essential for laboratory operations, including various microsensor cards and calibrator cartridges, with a total quantity of 44 items to be delivered in multiple shipments over the next year. The selected contractor will be awarded a firm fixed-price purchase order based on technical capability and pricing, with submissions due by September 3, 2024, at 12:00 PM EST. Interested vendors should direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov or call 240-669-5308.
    Cell Analyzers– Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of eight advanced cell analyzers to support the Vaccine Research Center's (VRC) research initiatives. The required analyzers must possess specific capabilities, including at least five lasers with expansion potential, the ability to detect a minimum of 50 parameters, and features that ensure high throughput sampling and compatibility with existing research tools. This acquisition is critical for maintaining data integrity and enhancing the VRC's capacity to conduct complex immunological studies, with a firm-fixed-price purchase order expected to be awarded. Interested vendors must submit their quotes by 3:00 PM EST on September 13, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all outlined specifications and requirements.
    METAOX: OPTICAL MONITOR OF METABOLIC RATE OF OXYGEN CONSUMPTION (DEMO WITH OPTION TO BUY)
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source contract for the MetaOx, an optical monitor of metabolic rate of oxygen consumption, with ISS Medical, Inc. This procurement aims to acquire a demonstration unit with an option to purchase, which is critical for measuring various physiological parameters such as cerebral tissue hemoglobin concentration and microvascular cerebral blood flow, particularly in clinical applications for infants, children, and adults. Interested vendors must submit a capability statement addressing specific requirements by 2:00 PM EST on September 13, 2024, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all submissions subject to the guidelines outlined in FAR 52.212-1(f). For further inquiries, vendors can contact Rubyanne Matthews at rubyanne.matthews@nih.gov or Jesse Weidow at jesse.weidow@nih.gov.