Contact Points
Montreal, Quebec
H2S 3H1 , Canada
- Chairs must allow animals to rest in a horizontal ‘sphinx’ position when in the horizontal bore of the Siemens Prisma MRI scanner
- To further increase the safety of researchers and animals, we request a chair design that allows for direct loading of animals from their home cage to the chair in horizontal orientation (i.e. eliminating the need for pole and collar)
- The chairs must be compatible with existing equipment and tools.
- Chairs must include a back door, handles, side windows, waste tray, adjustable rear restraint, lateral restraints, perch, neck plates with lockable slots, and head post adapter to NIH stylehead holder.
- Come with 1 year warranty on parts and labor
- Chairs must allow animals to rest in a horizontal ‘sphinx’ position when in the horizontal bore of the Siemens Prisma MRI scanner. The Rogue chairs are designed specifically for the Prisma scanner.
- To further increase the safety of researchers and animals, we request a chair design that allows for direct loading of animals from their home cage to the chair in horizontal orientation (i.e. eliminating the need for pole and collar). To our knowledge, the Rogue chairs are the only commercial product to provide this solution, and with the modifications we have developed for our existing Rogue chairs, this is the optimal solution for our needs.
- The chairs must be compatible with existing equipment and tools. Since we have previously purchased chairs like these from Rogue, no further equipment modifications will be required in order to use these new chairs.
- Chairs must include a back door, handles, side windows, waste tray, adjustable rear restraint, lateral restraints, perch, neck plates with lockable slots, and head post adapter to NIH stylehead holder.
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.