Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOURCES SOUGHT

66 -- Dual Small Animal Stereotaxic Instrument and parts for Integrative Neurosciences Section (INS)

Notice Date
1/9/2018
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-NINDS-SBSS-2018-4774774
 
Archive Date
2/3/2018
 
Point of Contact
Danny Cohn, Phone: 3014027111
 
E-Mail Address
danny.cohn@nih.gov
(danny.cohn@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction: This is a Small Business 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 small business sources; (2) whether they 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) their 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 339112 - Surgical and Medical Instrument Manufacturing - and the associated business size standard of 1000 employees. Background Information: The National Institute of Neurological Disorders and Stroke (NINDS), part of the National Institutes of Health (NIH), seeks fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. To assist in neurological disease research, the Integrative Neuroscience Section (INS) requires brand name or equal David Kopf equipment, specifically a pair of dual-arm small animal stereotaxic instruments with digital display to conduct high-precision injections and electrode/fiber implants into mouse brains. Research in the INS probes the neural circuit basis of normal working memory, and characterizes the neural circuit and working memory dysfunction in a mouse models of genetic susceptibility to schizophrenia and related disorders. INS members use in vivo electrophysiology and other neural circuit tools to record the function of discrete cells and circuits in freely moving mice, and use optogenetic tools to control this function in real-time during behavior. INS focuses on understanding the neural computations within, and circuit-level interactions between, the prefrontal cortex (PFC), hippocampus, and thalamus of the mouse. The ability to make targeted, precise, and reproducible bilateral injections and implantations into these regions of the mouse brain is required for the research conducted in the INS. Purpose and Objectives for the Acquisition: The overall goal of this potential purchase order is to acquire brand name or equal David Kopf dual small animal stereotaxic instrument and parts for the Integrative Neurosciences Section. Contractor Requirements (Scope of Work): The contractor shall be able to provide the following brand name (David Kopf) or equal equipment with the following technical specifications: A. The equipment must be capable of holding two stereotaxic arms simultaneously. B. The equipment must have a Digital Display Console to display the exact XYZ position of the two stereotaxic arms. The console must display the position of both arms in the same compact console. C. The digital display must have reset ("zeroing") buttons for each of the XYZ directions for each arm that allow you to reset each of the digital display values independently. D. The total travel distance for each arm must be at least 80mm. E. The equipment must have Linear scales with 10 micron resolution for all axes. F. The stereotaxic frames must be on "Lazy Susan"-style platforms that can rotate 360 degrees and be locked in place at 0 degree to enable multiple views during surgery. G. The equipment must have traditional vernier scales that are visible and can be utilized for gross movement. H. The equipment must have a manipulator swivel design with a locking mechanism for off plane presentations. A precision t-bolt locking mechanism is ideal to ensure that manipulator angle is held firm and rigid in place to provide positive angle presentations. I. The equipment must have a mouse-specific anesthesia nose cone that provides a safe and secure means of administering gas anesthesia. It must have input and output ports enable in/outflow of isoflurane anesthestia, and multiple adjustment dials to enable precise placement and angling of the mouse head without obstructing the ability to deliver gas anesthesia. Necessary levels of adjustment include: dorsal/ventral position, dorsal/ventral tilt, coronal adjustment, anterior/posterial adjustment. J. The equipment must have ear bars fitted with ear cups (not pointed ear bars) that enable placement outside the ear canal in the temple region of the head to protect tympanic membrane and insure head stability and head positioning. One of the ear bars must include an adjustment dial that can be adjusted to level the head while animal is mounted in stereotaxic frame. K. The equipment must have cannula/ceramic ferrule holders that are designed to hold cannula from "Plastic One" (used in INS research). Side holding of the cannula is needed to enable bilateral cannula/ferrule placement and limit obstruction when using dental cement to secure cannula to the skull. L. The equipment must have a syringe holder that can accommodate various sizes of Hamilton syringes (used in INS research). The syring holder must have means (e.g. adjustable needle support bar/foot) for stabilizing the syringe needle tip. M. The equipment must have electrode/fiber/needle holders that accommodate a wide range of diameters. These holders must be easily adapted to hold optical fibers for optogenetic studies. They must have plastic blocks at their base with serrated grooves that are ~1mm apart. Grooves must be on at least 3 sides to facilitate loading of electrodes/fibers. Open-sided clamp is required to hold multiple electrodes/fibers/needles simultaneously on one side of the holder. N. The equipment must have holdering bars designed to hold a plastic cannula (e.g. from "Plastics One"). The holders must also be able to accommodate ceramic ferrules from Thor Labs (with 1.25mm outer diameter). The holders must also hold cannula/ferrule from the side to enable bilateral cannula/fiber placement. O. The equipment must have notches in the stereotaxic arms that enable the secure holding of a Stoelting "Quintessential Stereotaxic Injector". Quantity: Two (2) - Dual Small Animal Stereotaxic Instrument Two (2) - Mouse Gas Anesthesia Head Holder Two (2) - Zygoma Ear Cups Four(4) - Cannula Holder Two (2) - Syringe Holder with Needle Support Foot Four(4) - Electrode Holder with Open Side Clamp Anticipated period of performance: It is anticipated that delivery of the equipment will be within thirty (30) days of receipt of the order. One year parts and labor warranty. No installation or training is required. Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should 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 electronically (via email) to Danny Cohn, Contract Specialist, at danny.cohn@nih.gov by 1 P.M. EST on January 19, 2018. 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 intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-NINDS-SBSS-2018-4774774/listing.html)
 
Place of Performance
Address: NIH, Bldg. 35, Rm 3C1016, 35 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04784517-W 20180111/180109230924-ef6e02a610c032beb0809a3b437828d5 (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.