This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00146 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-04. The North American Industry Classification (NAICS) Code is 326199 and the business size standard is 750e. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Tecniplast USA of West Chester, PA to procure new Rodent Cages and components as follows:
Quantity Description/Part#
2500 pcs Cage body, H-Temp with label holder coupling clips (1145T00SUV)
4 boxes Replacement GUIDE FOR Cage 1145T-1122S BLUELINE –
5 per pack (UTRUNNER03BOX-300)
10 pcs PUR Transparent hose Ø76mm D.76-76 L=500mm - GRAY - PACKAGED
(ACSCVF70M05UG)
10 pcs PUR Transparent Hose Ø76mm D.76-76 L=1100mm - GRAY - PACKAGED
(ACSCVF70M11UG)
500 pcs Polysulfone Water Bottle with Silicone Ring (260 ml) (ACBT0262SU)
500 pcs Cap, nozzle mm 65, hole mm 1,8, s/s (ACCP6521)
500 pcs Card holder, horizontal, top loading, plastic (130x77 mm) (ACPC0065PL)
The purpose of this requirement is to acquire replacement rodent caging and components necessary for Animal Healthcare. This equipment is necessary to support the continued operation of the National Institute on Alcohol Abuse and Alcoholism (NIAAA) Division of Intramural Clinical and Biological Research (DICBR) Program of Animal Care and Use, and for the biosecurity of the laboratory research animals maintained within NIAAA operated animal facilities. This equipment protects the resident animal colony in NIAAA operated animal facilities from inadvertent introduction of murine adventitious infectious agents and ensures animals are maintained in compliance with the NIH Policy Manual 3040-2 Animal Care and Use in the Intramural Program, DHHS policies, and all Federal Animal Welfare Laws, regulations and standards, such as USDA Animal Welfare Act and Animal Welfare Regulations, Public Health Service Policy on Humane Care and Use of Laboratory Animals, and the NRC Guide for the Care and Use of Laboratory Animals, as well as the Association for Assessment and Accreditation of Laboratory Animal Care, International (AAALACi) policies and procedures.
The NIAAA DICBR managed Fishers Lane Animal Center (FLAC) currently maintains 20 to 25 Air Handling Unit’s supporting 45+ ventilated rack ducting systems which may hold over 5800 mouse cages in continuous operation 24 hours a day, 7 days a week, 365 days a year. These cages and components must be compatible with existing model 1145T cages, Top Flow Filter Tops and wire bar lids as well as with any of the existing ventilated animal holding racks (model 2T162MAC30CA and 2T81MAC30CA) in use in the FLAC. Cages must be 14.53” (L) X 6.142” (W) X 5.197” (H) with a floor area on 67.43 square inches and with specific supply and exhaust ports and guide rails to dock the cages on existing racks. These cages and components must also be compatible with existing Air Handling Units that supply, and exhaust HEPA filtered air to/from the Individually Ventilated Cages on the racks.
For consistency and reliability regarding research and behavioral testing it is very important to use the same type of caging and accessories that have been used for many years to achieve the same concept learned from previous experiences using the same cages, etc. The racks, cages and replacement parts must be compatible with existing equipment which is proprietary to one vendor (Tecniplast USA) and Tecniplast is the sole manufacturer.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025)(Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with all the items specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and/or service (s) needed. Responses must be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Offeror must include the delivery date/timeframe with offer. Note: Delivery address: 5625 Fishers Lane (Animal Center), Loading Dock B, Rockville, MD 20852. Quotations will be due on July 28, 2025, before 10:00 am eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00146. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00146 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration for all awards in the SAM database @www.sam.gov.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”