Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOURCES SOUGHT

66 -- Wireless In-Vivo 32-Channel Recording System with Dual-Channel Optogenetic Stimulation System and Software

Notice Date
8/8/2016
 
Notice Type
Sources Sought
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-16-655
 
Archive Date
8/27/2016
 
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
Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-655 Wireless In-Vivo 32-Channel Recording System with Dual-Channel Optogenetic Stimulation System and Software Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: 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 large business and small business sources, (2) whether they small businesses are 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) large and small business 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) Synapses and Neural Circuits Unit (SNCU) focuses on understanding the development and function of the synapses in vitro and in vivo. Synaptic communication between Neurons in the brain is fundamental for one's daily activity and underlies almost all cognitive functions. When synapse development and function go awry, devastating neurological and neuropsychiatric diseases will occur. Thus, it is important to understand synapse development and function. SNCU has generated several rodent models that allow disruption to the synaptic transmission in vivo and the ability to understand the function of the synaptic communication in specific brain regions. Providing investigators access to a state-of-the-art multichannel in vivo recording and stimulation system is crucial to this research. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure a Wireless 32-Channel Recording System and Dual-Channel Optogenetic Stimulation System, inclusive of Data Acquisition Software to stimulate and record in vivo neural activity while simultaneously monitoring behaviors in freely moving rodents. This requirement is sourced on a brand name or equal basis. Project Requirements: The Contractor shall provide the NINDS Synapses and Neural Circuits Unit (SNCU) with one (1) Triangle BioSystems Combo Wireless 32-Channel Recording and Dual-Channel Optogenetic Stimulation System, inclusive of Data Acquisition Software [Triangle BioSystems Item Number: B10-3153-GK, 912-1054-00, 010-0053-10, NEUROWARE032, X50-4113-GH, KS030, LED-121-N, HSO-0011] or EQUAL. The brand name or equal requirements are as follows: 1.The system must be able to record and analyze neural spiking activity (e.g. local field potential and long-term potentiation) combined with optogenetic stimulation in various animal brain regions. 2.The system must be able to record non-stop neural signal for unsupervised experiments of up to 2 hours in freely-moving rats and mice of at least a 2-meter signal overlay area. 3.The system must be able to directly connect to silicon electrodes (e.g. using an electrode interface board connector - but please note electrodes are not required at this time) and must have signal coverage for a diameter of least 4.5 meters. 4.The system must include a wireless headstage offering stable signal for a diameter of at least 4.5 meters with a battery offering sufficient power for a 2 hour experiment, wireless radio receiver and wireless optical stimulator. 5.The system must include neural spiking data recording software and natural behavior mornitoring with motion tracking software. 6.The system must include one (1) 32-channel wireless headstage, one (1) wireless radio receiver, one (1) wireless optical stimulator, two (2) movable batteries and recording software. 7.The headstage weight must not exceed 2.8 grams which is based on the average body weight for a mouse. Warranty Requirements: The Contractor shall provide a one (1) year warranty on all equipment from date of installation. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. The Contractor shall provide a certified original equipment manufacturer service technician to perform all repairs during the warranty period. Training Requirements: The Contractor shall provide on-site training on use of the equipment to the Government following installation. Training shall be for up to five (5) individuals over one (1) day period for duration of at least four (4) or more hours. The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform training. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Period of Performance/Delivery Requirements: The Contractor shall deliver and install the hardware and software within 30 days after receipt of order. Delivery must be FOB destination and include inside installation. The equipment shall be installed during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The Contractor shall provide on-site training in use of the equipment at the customer site within one (1) week of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform delivery, setup, and installation. Place of Performance: The place of performance shall be the National Institutes of Health, NINDS, Synapses and Neural Circuits Unit (SNCU), 35 Convent Drive, Building 35, Bethesda, MD 20892. Capability Statement: Contractors that believe they possess the ability to provide the required equipment submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-655/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04213353-W 20160810/160808234841-5ae8ca6c828909a11ba9feab876cf1c8 (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.