SOLICITATION NOTICE
66 -- nVista HD In-Vivo Rodent Brain Imaging Systems and Maintenance
- Notice Date
- 5/9/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-14-212
- Archive Date
- 6/3/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a contract to Inscopix, Inc. for two (2) nVista HD In-Vivo Rodent Brain Imaging Systems [Product No. NV-1000] and two (2) Inscopix Care [Product No. IC-1000] without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30,2014. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 12- Acquisition of Commercial Items. This acquisition is expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of 41 United States Code (U.S.C.) 253(c)(1) as set forth in Federal Acquisition Regulation (FAR) 6.302-1. DESCRIPTION OF REQUIREMENT Purpose and Objectives The National Institute of Mental Health (NIMH) Section on Neural Gene Expression and Unit on Neural Circuits and Adaptive Behaviors require two (2) miniaturized microscopes for in vivo mouse brain imaging and measurement of neuronal activity in behaving mice. The microscopes will be used to perform experiments using a miniaturized microscope and data analysis similar to the one described in the attached manuscript (Ghosh et al., Nature Methods, vol. 208, pp. 871-878, 2011). Project Description The Contractor must be able to provide the following: 1. Two (2) nVista HD In-Vivo Rodent Brain Imaging Systems [Product No. NV-1000] 2. Two (2) Inscopix Care [Product No. IC-1000] This Inscopix, Inc. equipment and service is the only equipment and service determined via market research to be capable of meeting the needs of needs of this requirement; specifically, this equipment and service meets the following specifications: 1. Each microscope must be a miniature, integrated fluorescence microscope system that can visualize and record not less than 300, and preferably closer to 1000, individual firing neurons in a behaving mouse. 2. Each microscope must have a built-in image sensor such as a CMOS camera as well as a fluorescence light source to activate the GCaMP protein upon calcium influx (Excitation must be: 475/10nm (blue) and Collection: 535/50nm (green)). 3. The temporal resolution of each microscope must be between 24 and 26 fps to enable observation of onset and offset of action potentials in individual neurons. 4. The systems must not require behaving mice to carry more than 2g of equipment on their heads. 5. Each microscope must include data acquisition hardware & software such that the data obtained by the miniaturized microscope may be streamed in high definition to a computer which then can analyze the data in real time and trigger other devices such as cameras to monitor behavior. 6. Each microscope must come with a warranty and care package for one year which includes the following: a. Free repairs and/or replacements for ANY hardware damage, whether caused by user, animal, or unknown b. Complimentary overnight shipping to and from manufacturer c. In-depth technical and application science support, including continued access to all relevant manufacturer's resources Period of Performance Delivery of the imaging systems must be completed within sixty (60) days after receipt of award. Inscopix Care shall be twelve (12) months from date of award. A firm fixed price contract is anticipated. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Inscopix is the only vendor in the current market place providing scientific research equipment capable of performing fluorescent microscopy and optical imaging in freely moving animals and is therefore the only vendor capable of meeting the needs of this requirement. Extensive market research was conducted to reach this determination. Specifically, a sources sought notice and a small business sources sought notice were posted to FedBizOpps referencing the above detailed generic requirements and no responses were received. Additionally, knowledgeable inviduals in the Government and Industry were contracted for market research pursposes. None of the subject matter experts contacted were able to identify any contractor other than Inscopix, Inc. which could meet the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search tool vendors returned no results relevant to in vivo microscopy. Therefore, only Inscopix, Inc. is capable of meeting the needs of this requirement. The intended source is: Inscopix, Inc. 714 College Avenue Menlo Park, CA 94025-5204 APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items will apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offeror must include all project requirements detailed in this notice in its quotation. CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-14-212/listing.html)
- Place of Performance
- Address: 49 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03362095-W 20140511/140509234418-8430f01bcd9a20ab45fc6a8a91184ca8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |