SPECIAL NOTICE
66 -- Customized Micro Arrays
- Notice Date
- 2/13/2015
- Notice Type
- Special Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus 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-15-145
- Archive Date
- 3/5/2015
- Point of Contact
- Shaun C. Miles, Phone: 3014515042
- E-Mail Address
-
shaun.miles@nih.gov
(shaun.miles@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. THIS IS A NOTICE OF INTENT. A SOLICITATION WILL NOT BE ISSUED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to NEURO NEXUS TECHNOLOGIES INC. to acquire Three (3) Customized Matrix Arrays and One (1) IST-Matrix motor NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE This procurement is classified under 334510 - ELECTROMEDICAL AND ELECTROTHERAPEUTIC APPARATUS MANUFACTURING with a Size Standard of 500 employees. REGULATORY AUTHORITY The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-78, effective 26 Dec 2014. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR Part 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) 13.106-1(b) Soliciting from a single source. CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/ 52.252-2 -- Clauses Incorporated by Reference (FEB 1998) This purchase order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. In addition, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/far/ 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2014) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Dec 2014) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Dec 2014) 52.204-16 -- Commercial and Government Entity Code Reporting (Nov 2014) 52.204-18 -- Commercial and Government Entity Code Maintenance (Nov 2014) BACKGROUND AND PURPOSE The National Institute of Mental Health (NIMH) project aims to combine recordings of the electrical activity of single brain cells within and across cortical columns with functional magnetic resonance imaging (fMRI) to better understand neural interactions at multiple spatial scales. In order to do so, the contractor, under the direction of NIMH, shall customize three (3) Matrix Arrays by replacing several metal components with polyether ether ketone (PEEK) and redesigning several key aspects to ensure compatibility in the fMRI environment. 1)After NIMH provides the contractor with design specifications, the purpose of the requirement is to procure a customized Matrix Array that will allow NIMH: a.To describe neural activity sampled simultaneously from all layers of several cortical columns within primary visual cortex and visual area 4 in extrastriate cortex. b.To describe, for the first time, interactions between laminar activity within and between these areas. c.To observe and report differences (should they exist) in these patterns of interactions as the brain responds to diverse visual stimuli. d.To describe, for the first time, patterns of correlations between the activity of single neurons within specific layers of cerebral cortex and fMRI activity recorded throughout the brain. e.To observe and report differences (should they exist) in these patterns of correlations as the brain responds to diverse visual stimuli. PROJECT DESCRIPTION Under the direction of NIMH and in accordance with their design specifications, the contractor shall provide: CLIN 1 Three (3) Matrix Arrays (composed of the following parts) a.Two electrode arrays in each Matrix Array (64 electrodes apiece) arranged in a regularly spaced grid allowing NIMH to record from neurons within and between several cortical columns at 2 specified locations within the visual system of rhesus monkeys. b.One connector package for each Matrix Array that will be surgically implanted to facilitate data acquisition from each electrode contact. c.One primate pedestal for each Matrix Array that attaches to the connector package and anchors it to the primate skull allowing surgical implantation. AND One (1) IST-Matrix motor a.A micromanipulator that mounts to a standard surgical stereotaxic frame and holds the Matrix Array via a suction mechanism for surgical implantation without damage to neural tissue. PERIOD OF PERFORMANCE Delivery shall occur within one month after receipt of order CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION NIMH has indicated that there is a small community of researchers (probably fewer than 20 labs worldwide) who perform laminar electrode recordings in nonhuman primates. NIMH is very familiar with all of the research communities' work. NIMH program staff have read the papers that community members have written and the staff have spoken with many of them personally at meetings. This is how NIMH finds out about developing electrode technology. In this field, new discoveries hinge on new technological advancements. Therefore, NIMH is hyper aware of new electrode technology. Through the community alluded to above, NIMH became aware of a new product in development by NeuroNexus and NIMH learned that it was being beta tested by 5 labs. This experimental product has since become commercially available. No other company besides Neuronexus currently manufactures a 3D array. Due to the geometry of other manufacturers' arrays, it will not allow NIMH to record from multiple layers of cerebral cortex simultaneously. That is one of the key requirements for this project. NeuroNexus is the only company that is currently capable of making an MRI compatible micro-electrode array. This is the only company that currently makes a product allowing a volume of neural activity to be recorded in a grid formation. The Contract Specialist performed further market research and contacted NueroNexus to further understand their unique ability to meet the Government's requirements. A letter was obtained from NeuroNexus and the company indicated that they specialize in thin film technology and customizations. They further indicated that they can customize the electrode and the packaging, while delivering the arrays in a timely manner. Finally, NeuroNexus wrote that other companies do not offer thin film technology and customization abilities. Intended Source NEURO NEXUS TECHNOLOGIES INC. 655 FAIRFIELD CT STE 100 ANN ARBOR, MI, 48108-2287 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE QUOTES. 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 Shaun Miles, Contract Specialist, at shaun.miles@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-15-145/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Record
- SN03642467-W 20150215/150213234805-331554371d4a1b52cfb264030550da5f (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 |