DESCRIPTION:
The National Institute on Aging (NIDA), is seeking Capability Statements from Other Than Small Business (OTSB) organizations under the North American Industry Classification System (NAICS) code 332618, that are manufacturers of an Animal rack and housing caging system for mice to be used to provide clinical and preclinical human MRI research. This instrument is necessary to update NIA’s aging equipment where parts are no longer available.
This is a 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 business sources; (2) the availability of capable 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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The established NAICS code is 332618, Other Fabricated Wire Product Manufacturing. The U.S. Small Business Administration establishes a size standard for 332618 as 500 employees or less.
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).
BACKGROUND INFORMATION AND OBJECTIVE:
Currently NIA’s animal vivarium houses over 19,000 mice. Over time our current housing is failing and replacement parts are becoming obsolete. The new racking system solves 2 problems, the same proprietary ergonomic caging system within the room, and to update our aging equipment where parts are no longer available.
REQUIREMENT: One brand name or equal Tecniplast USA Animal rack and housing caging system for mice with the following equivalent component parts:
- High Density Double Side Rack and Cage System, EMM RACK HIGH DENSITY 12L/8C DOUBLE S. FESU W/SMARTOP-INRICHMENT CAGE-INOX LID (EMM192XNOAWSP07FE), Qty 3
- Connection Hose, Transparent hose connection kit for 101 dia. 1.1 meter length rack/AHU (T101R2A11), Qty 3
- Air Units, EASY FLOW USA 110V 60Hz - EM (EMBOX110EF), Qty 2
- Lids, EM500 Stainless Steel Lid (EM500LID), Qty 144
- Cage base, EM500 Polysulfone Cage Base with In-Richment (EM500INSU), Qty 144
- Tops, EM500 Polysulfone Top for External Bottle with SmarTop and Microbiological Filter Silicone Sealing (EM500TOPSMSEALSU), Qty 144
- Water bottle with silicone Ring, Polysulfone Water Bottle with Silicone Ring (260 ml) (ACBT0262SU), Qty 144
- Cage card holder, Emerald plastic Horiz label holder 3"x5" w/integrated hook & RFID-top insert (ACPC0065EM), Qty 144
- EM500 Polysulfone Top for External Bottle with Microbiological Filter Mechanical Sealing (EM500TOPSU), Qty 1
Delivery Date: All items delivered 60/90 days after receipt of order.
INSTRUCTIONS:
Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each of the requirements to the Contracting Officer. The capability statement must specifically address each of the 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) or BPAs 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.
The established NAICS code is 332618. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above.
Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc.
The information submitted must be in an outline format that addresses each of the elements of the requirement and in the capability statement paragraphs stated herein. A cover page and an executive summary may be included but is not required.
Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Rob Bailey at Rob.Bailey@nih.gov, NO LATER THAN 1:00 p.m. EST on July 29, 2025. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 pre-solicitation synopsis and solicitation may be published on 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).