Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

66 -- 64 Channel In-Vivo Electrophysiology Recording System

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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-CSS-14-505
 
Archive Date
8/21/2014
 
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 combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisitions. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-505 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisitions. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated July 1, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is to acquire one (1) 64-Channel In-vivo Electrophysiology Recording System. This equipment shall be used to support neurobiology research. In this project, optogenetics and single-unit recording will be used in combination with contrasted behavioral procedures to explore the inner workings of brain areas and their interactions in precisely defined, behaviorally relevant temporal windows. Project Requirements The Contractor must be able to provide one (1) 64-Channel In-Vivo Electrophysiology Recording System that meets the following requirements: 1. The system must include a 64-channel data processor with data streamer for the collection and processing of complex neural signals. 2. The system must allow neural signals to be digitized at the headstage for noise reduction. The system headstage must allow for use attached to a rat's head on one side via a secure connection to a 16-tetrode flexdrive electrode, and on the other to an amplifier. 3. The system must process neural signals while allowing for real-time, high-precision closed-loop optogenetic manipulations. 4. Minimum Equipment and Software Requirements: a. 64 channels of data acquisition at >=25kHz b. 16 bits of programmable digital I/O c. bandwidth preamplifier with input impedance ≈100kΩ d. High impedance headstage compatible with NeuroNexus 16 and 64 channel acute silicon probes e. Low sample rate input/output via UDP Ethernet f. Onboard processing and filtering of signals, including threshold-detection sampling and tetrode acquisition g. System must allow for channel acquisition upgrade h. System must allow for continuous streaming upgrade i. Software flexibility for customization of acquisition configuration, real-time monitoring of data, and subsequent analysis j. Software application program interface compatible with additional programming languages i.e. MATLAB Delivery, installation and training shall be performed by the contractor. The system must come with support upon delivery, minimum two year warranty on headstage, and five year warranty on remaining items inclusive of parts and labor. Anticipated Period of Performance Delivery is required within ten (10) weeks after contractor receipt of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM). FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. 2. Factor 2: Delivery The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and should not exceed 5 pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-505. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-505/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03440198-W 20140730/140728235019-6da1201e4a8031a2fd8753a19497ad47 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.