Maryland Bids > Bid Detail

SOURCES SOUGHT: Organ Bath Systems

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159334274364330
Posted Date: May 5, 2023
Due Date: May 19, 2023
Solicitation No: 75N95023Q00285
Source: https://sam.gov/opp/8feaf23095...
Follow
SOURCES SOUGHT: Organ Bath Systems
Active
Contract Opportunity
Notice ID
75N95023Q00285
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 05, 2023 02:36 pm EDT
  • Original Published Date: May 05, 2023 02:35 pm EDT
  • Updated Response Date: May 19, 2023 11:00 am EDT
  • Original Response Date: May 19, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Baltimore , MD 21224
    USA
Description

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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



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.



Background: The organ bath system is a complex device that allows researchers to study the intact blood vessel and its surrounding tissues in a physiological environment. The system consists of a chamber filled with a physiological solution, where a blood vessel is mounted and subjected to different experimental stimuli, such as neurotransmitters or drugs. The system provides measurements of vascular diameter and tension, enabling researchers to study the complex interactions between different cell types and surrounding tissues in vascular function. The organ bath system is particularly useful for studying larger blood vessels and investigating the effects of different experimental conditions on vascular responses.



Purpose and Objectives: An organ bath system is needed to measure various aspects of vasculature studied from mouse models of the chronological onset of senescence in the aging vasculature, and atherosclerosis -induced cellular senescence on vascular cognitive impairment and dementia.



Project requirements:

Organ Bath System (including all parts and accessories required for setup and use such as computer, monitor, software, cables, tubing, etc.)



Salient characteristics




  • Chamber volume range of 4.0 ml – 8.0 ml

  • 4 separate chambers

  • Chamber material must be acid resistant stainless steel

  • Tissue size for ring mount a minimum of 250 µm

  • Tissue size for strip mount a minimum of 1 mm

  • Mounting type for tissue either pins or clamps

  • Temperature range for the bath must be between 15.0 – 50.0 oC with a resolution of 0.1 oC and a stability of +/- 0.2 oC.

  • The transducer must have an output reading in either mN or g with a range of +/-200/+/- 400/+/-800/+/-1600 mN with a resolution of 0.01 mN.

  • Force output data should be available in both analog or digital format

  • The dimensions (LWD) of the instrument must be able to fit within 50 x 30 x 20 cm range

  • Software must be included

  • The force transducers should be programmable

  • Built-in vacuum

  • Option for gas bubbling

  • Automatic refilling of chambers

  • Option for addition of compounds to chambers during testing



Anticipated Delivery Date: 6 weeks ARO



Other important considerations: In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.



Capability statement /information sought.

Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) 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.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov.



The response must be received on or before May 19, 2023 at 11AM Eastern Time.



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >