Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOLICITATION NOTICE

66 -- High-Density Microelectrode Assay System - Attachments

Notice Date
2/15/2018
 
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
HHS-NIH-NCATS-CSS-2018-85
 
Archive Date
3/8/2018
 
Point of Contact
Mark E. McNally, Phone: 3014436677, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mark.mcnally@nih.gov, schmidtjr@mail.nih.gov
(mark.mcnally@nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NIH Invoice and Payment Instructions (2/2014) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders – Commercial Items (i) 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. (ii) The solicitation number is HHS-NIH-NCATS-CSS-2018-85 and the solicitation is issued as a request for quotation. 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 24, 2018. (iv) The associated NAICS code 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard 1,000. This requirement is full and open with no set-aside restrictions. (v) Background: This is for the acquisition of a high-throughput electrophysiology platform for recording and stimulating electrically active cells in vitro. Intended functional cell characterization using high-density microelectrode array (HD-MEA) system for high spatio-temporal resolution in a single-well format suitable for electrical imaging in stem cell biology, neuroscience, drug discovery, and disease modeling. To establish and move stem cell technologies forward through a more centralized effort, the National Center for Advancing Translational Sciences (NCATS) within the National Institutes of Health (NIH) has launched the Stem Cell Translation Laboratory (SCTL). Part of the NIH Common Fund, the goal of the SCTL is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Through the SCTL, NCATS will provide researchers across various disciplines and organizations with the ability to establish collaborations to advance the translation of regenerative medicine applications. A powerful electrophysiology platform is required for recording and stimulating electrically active cell in a dish in order to enable long-term monitoring of single cell activity (e.g. action potentials from individual neurons), as well as the dynamics of the entire network (recordings from thousands of cells). (vi) Generic Name of Product : High-density microelectrode (e.g. over 26,000 electrodes) array system in a single-well format. Purchase Description : This potential requirement includes obtaining a high-density microelectrode array system in a single-well format to support a high-throughput electrophysiology platform for recording and stimulating electrically active cells in vitro. Specifically, the following features are deemed essential that this potential requirement shall possess or achieve: • Integrated System with flexible array configuration for recording and stimulation • Recording Unit • Recording PC • software module for routing • software module for 1024 channels • software module for stimulation • Tissue Holder • Insert for Tissue Holder • Live software module for 1024 channels • Live software module for stimulation • Data processing and analysis • Touchscreen interface • Switch-matrix technology for flexible array reconfiguration • Acquisition and analysis software • Simple and intuitive user interface • Online bandpass filtering, spike detection, and visualization of all 1024 channels • Save raw data as well as spike events in standard compliant HDF5 file format • Data post-processing • Low noise • Records action potentials and local field potentials Salient characteristics : • CMOS-based microelectrode array with at least 26,000 platinum electrodes (9.3×5.45 μm2) • 3.85×2.10 mm2 sensor area • 1024 recording channels • 20 kHz sampling rate, 10 bit resolution • Programmable total gain up to 78 dB • 32 stimulation units, flexible pattern generation • Up to ± 1.6 V / ± 1.5 mA • 2 nA amplitude resolution • 2 μs time resolution • Toolboxes for data loading and visualization Quantity : One (1) integrated system. (vii) Delivery Date : One-time delivery thirty (30) days after receipt of order. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179124 (ix) 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 the solicitation represents the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Specifications: Contractor's ability to meet or exceed specifications in the purchase description including salient characteristics. 2. Delivery: Contractor's ability to meet or exceed the delivery date. 3. Warranties: quality, type, and duration of warranties. 4. Price. The Government will evaluate quotations on the basis of a trade-off process. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (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. (x) The provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194 (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The full text is available at: https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179465 The invoice instructions at FAR 52.212-4(g) are replaced with the NIH Invoice and Payment Provisions (2/2014) attached to this Solicitation. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached to this Solicitation. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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 12:00 p.m. Eastern Standard Time, Wednesday, February 21, 2018, and reference number HHS-NIH-NCATS-CSS-2018-85. Responses may be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Fax responses will not be accepted. Contracting Office Address: 6001 Executive Blvd Room 3150, MSC 9559 Bethesda, MD 20892-9559 (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contract Specialist mcnallyme@mail.nih.gov 301-827-5869 Attachments : • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders - Commercial Items • NIH Invoice and Payment Instructions (2/2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NCATS-CSS-2018-85/listing.html)
 
Record
SN04824559-W 20180217/180215231611-a98e1ddbb05445aa2815cd1af93b4086 (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.