Title: One (1) Advanced Dynamic Weight Bearing System and Components
Document type: Combined Synopsis/Intent to Sole Source
Solicitation Number: RFQ# 75N91025Q00057
Proposed Post Date: 08/20/2025
Proposed Response Date: 09/01/2025
Classification Code: 6640
NAICS Code: 334519
Small Business Size Standard: 600
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 8490 Progress Drive Suite 400, Frederick, MD 21701 USA.
Description:
The National Center for Complementary and Integrative Health (NCCIH) has identified a need to procure on a sole source basis: One (1) Advanced Dynamic Weight Bearing System and Components, from FORCELEADER, INC., 6405 49th Street N., Pinellas Park, FL 33781 USA.
The acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1) and 41 U.S.C. 1901 and is exempt from the requirements of FAR Part 6. The resultant award for this commercial item (FAR Part 12) will include all applicable provisions and
clauses as required by the agency and NCI. The North American Industry Classification System code (NAICS) is 334519 “Other Measuring and Controlling Device Manufacturing” and the business size standard is 600 employees.
Only one firm fixed-price purchase order award will be made from this solicitation.
The Pain Neurocircuitry and Cellular Plasticity Lab (PNCP) at the National Center of Complementary and Integrative Health (NCCIH) is interested in identifying brain mechanisms underlying bidirectional modulation of pain and in determining whether these processes are sex dependent. The Advanced Dynamic Weight Bearing and Components will help address NCCIH’s mission to understand the brain’s role in perceiving, modifying, and managing pain. As well as delineating the anatomical, molecular and cellular mechanisms that underlie pain perception.
The PNCP requires the acquisition of one Advanced Dynamic Weight Bearing with ne HD USB camera, one mouse arena, one sensor pad, interface, acquisition station with software and training to measure spontaneous pain in mice in an automated and unbiased manner. The system comprises a testing apparatus with high precision force sensors on the floor, a video acquisition system for top view of the animal postural position with a high definition camera, and an analysis software that combines the information from the floor sensors and postural position from the top view video to accurately quantify and analyze changes in postural equilibrium in an automated and unbiased way based on the weight distribution of the animal on each paw during rest, mobility and rearing. To study spontaneous pain, we currently rely on a single animal model and manual quantification of behavioral responses that are assessed subjectively by an experimenter. Manual quantification of each test takes the experimenter approximately 1h, with each experimenter requiring analysis of approximately 20-40 tests. The advanced technology and level of precision of the requested system will allow us to evaluate spontaneous pain in all the models we currently used in the lab and will complete the analysis in an automated and unbiased way, which is not currently possible with any of our existing equipment.
DELIVERY REQUIREMENTS:
Delivery shall be within 14 business days of purchase order award. All shipping/handling (including F.O.B. Destination) and delivery/installation fees shall be included. Upon shipment, the Contractor shall email the NCCIH Technical Point of Contact (TPOC) a shipping tracking number. Upon delivery, the Contractor shall notify the NCCIH TPOC to schedule the installation date and time. Installation shall occur within 7 business days of delivery, and shall be performed, or under the direct super vision of, an Original Equipment Manufacturer (OEM) certified technician. Equipment shall be delivered and installed to the following address:
Dr. Yarimar Carrasquillo
35 Convert Dr.,
Bldg. 35A, Room 1E-422D
Bethesda, Maryland 20892
TECHNICAL REQUIREMENTS:
The Advanced Dynamic Weight Bearing (Model BIO-DWB) system is a comprehensive, automated solution designed for precise, real-time analysis of weight distribution and postural behaviors in small laboratory animals such as mice and rats
The following product features or characteristics of the systems shall:
- Complete Animal-Specific Setup: Includes cages and sensor pads tailored for mice, rats, and guinea pigs to ensure accurate and species-appropriate measurements.
- High-Definition Video Integration: Equipped with an HD video camera for synchronized behavioral observation alongside weight data.
- Automated Data Acquisition: Specialized software captures real-time measurements of:
- Weight per paw (grams and percentage of total body weight)
- Surface contact area per paw (mm²)
- Left/right and front/rear weight distribution ratios
- Duration of postures (4 paws, rearing, etc.)
- Mobile and immobile activity periods
- Total time spent on each paw across experiments
- Trust Index Quality Control: Automatically assesses data reliability with a visual aid, enabling operators to quickly focus on high-confidence results or perform manual review on lower-trust data.
- Group Management Module: Facilitates organization of animal lists and experimental groups to comply with Good Laboratory Practice (GLP) standards and minimize user errors.
- Remote and Multi-User Access: Allows analysis and replay of data on-site or remotely through exclusive software, which can be installed on multiple computers.
- Calibration Kit and Electronic Interface: Ensures precision in sensor readings and system performance, maintaining data accuracy over time.
- Special Automation Cover: Enhances automation of experiments by standardizing environmental conditions and minimizing interference.
- Lifetime Software License and Support: Includes perpetual access to software updates and dedicated customer service to maximize system uptime and research continuity.
PAYMENT: Net 30 days from date of invoice. Payment shall be made after acceptance of the deliverables, and submission of invoice pursuant to the invoicing instructions, and to the address shown, in the contract/order.
Only one award will be made and will be awarded as a firm fixed price type contract.
This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 10:00AM EDT, on Monday, September 1, 2025. All responses and questions must be in writing and sent to Monico Luna, Contract Specialist via electronic mail at monico.luna@nih.gov. No calls will be accepted. A determination by the Government not to complete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must be registered and have a valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference RFQ# 75N91025Q00057 on all correspondence.