SOLICITATION NOTICE
66 -- In Vivo Electrophysiology and Integrated Video Behavioral Tracking System - FAR 52.212-5 Applicable Clauses - ATTACHMENT 1: Evaluation Criteria
- Notice Date
- 1/30/2018
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIH-NIDA-CSS-18-4830176
- Archive Date
- 2/14/2018
- Point of Contact
- Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
- E-Mail Address
-
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation Criteria FAR 52.212-5 Applicable Clauses COMBINED SYNOPSIS / SOLICITATION Title: In-Vivo Electrophysiology and Integrated Video Behavioral Tracking System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NIH-NIDA-CSS-18-4830176 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The associated NAICS code is 334516, "Analytical Laboratory Instrument Manufacturing" and the small business size standard is 1,000 employees or fewer. This acquisition is pursued as a Total Small Business Set-Aside and is set-aside exclusively for small business concerns in accordance with the NAICS code and associated small business size standard indicated above. Contract Type A firm-fixed price type contract is contemplated for this requirement. Statement of Need and Purpose : The purpose of this acquisition is to acquire cutting-edge, integrated in vivo neurophysiology and video behavioral tracking systems. These systems will form the foundation of the research conducted in the Integrative Neuroscience Section (INS) into the neural basis of normal and disordered learning and memory processes. Background Information and Objective : 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 conduct electrophysiological recordings in the brains of freely moving rodents is required for the research conducted in the INS. Generic Name of Product : In vivo rodent electrophysiology and integrated video behavioral tracking system. Salient Characteristics : The system must have the following requirements below: A. Video Tracing System (Quantity of 2): - Video recording and tracking software with necessary liscencing - High-performance video capture card controller that can accommodate the synchronized use of up to 16 IR cameras - High-end 100 Hz IR cameras (2 per system; total of 4) with neural processor sync accessories - Capable of tracking whole mouse, mouse tail and mouse head independently and simultaneously - Permits manual creation of zones of interest that are editable after recording has been performed - Can define discrete movements and sequences of movements within and between areas, and detect when they occur - Can track mouse in live camera images, or in pre-recorded video files - Connectable to devices commonly used in behavioural tests (e.g. levers, photo-beams, pellet dispensers, shockers, lamps, speakers, etc) - Permits data from input devices (such as levers) to be used together with the tracking information to control output devices (such as pellet dispensers). - Contains built-in stats tests to perform detailed analysis of the results directly within the system. B. Digital Neural Signal Processing System (Quantity of 2): - High performance host PC with the following (or greater) specs: o Intel Core i7 3.6 GHz, o 8 GB, SSD 250 GB, 2 TB WD Black - Digital Neural Signal Processor with auxiliary I/O including (or exceeding): o 16-ch analog ins o 4-ch analog outs o 16-ch digital ins o 4-ch digital outs o 2-ch audio outs - Software package with networking capability for up to (or exceeding) 16 PCs - Digital multiplexing system with additional noise-reduction features (e.g. sliding window for line noise cancellation). - Pre-recording filtering options available - Permits simultaneous recording of raw data at multiple sampling rates to easily export differently sampled waveforms - Adaptable referencing (e.g. the ability to easily reference each channel to any other for optimal signal:noise conditions) - Robust timestamping/alignment of events with neural recordings (ideally operating on a single clock using a Linux-based system) - Contains a "real-time" processing module that enables closed-loop manipulation (i.e. triggered analog and digital outputs based on real-time analysis of digital input signals C. Online and offline software development kits (SDKs) for programming language (e.g. MATLAB and C++) D. Lightweight cables to attach headstage to processing system (with total length of 8.5 ft per system) E. Lightweight digital amplifier headstages capable of interfacing with electrodes/electrode interface boards containing 16- and 32-channels (Quantity of 2 each). F. Mechanism for measuring 3D motion and acceleration built into the headstage G. Full installation and training of INS staff on how to use the recording system. No time-limit is set on this training - service providers only leave when the system is fully operational. H. One-year or longer warranty on parts and labor from date of installation (e.g. free shipping and return and labor of repair on any equipment in the first year). I. 6-month or longer on-site technical service and support from date of installation. Delivery Date: 30 days after receipt of the order Warranty : Full installation and training of INS staff on how to use the recording system. No time-limit is set on this training - service providers only leave when the system is fully operational. One-year warranty on parts and labor from date of installation (e.g. free shipping and return and labor of repair on any equipment in the first year). 6-month on-site technical service and support from date of installation. Delivery Location : National Institutes of Health Bldg. 35 35 Convent Drive, Rm. 1C905 Bethesda, MD 20892 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government in accordance with the stated Evaluation Criteria (see Attachment 1: Evaluation Criteria ). Although the technical evaluation of proposals shall be considered paramount in the award selection decision, results from our cost/price and past performance evaluations are also important to the overall contract award decision. All evaluation factors other than cost or price (i.e. technical and past performance), when combined, are significantly more important than cost/price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are instructed to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by 5 PM EST February 8, 2018 and reference number NIH-NIDA-CSS-18-4830176. Responses shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4830176/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04804780-W 20180201/180130231730-85fb4bb77262ccb06c9b821bca718871 (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 |