SOURCES SOUGHT
66 -- Electrophysiology and Multiphoton Imaging Rig
- Notice Date
- 5/8/2020 12:13:48 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH20006175
- Response Due
- 5/19/2020 2:00:00 PM
- Archive Date
- 06/03/2020
- Point of Contact
- Michael Horn
- E-Mail Address
-
michael.horn@nih.gov
(michael.horn@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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. Background:� The Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS) requires a complete system for brain slice electrophysiology (including fluorescence imaging and optogenetic stimulation) for its research on the synaptic, cellular, and circuit bases of neurological disorders. Purpose and Objectives: The LCSMS studies fundamental issues of synaptic transmission, neuronal excitability, neuromodulation, and neural circuit activity using animal models (principally, the mouse). A major line of research employs patch clamp electrophysiology, optogenetic stimulation, and neurotransmitter uncaging in brain slices. For this research, the LCSMS requires an electrophysiology rig capable of four (4) simultaneous patch clamp recordings from cell bodies and dendritic structures in mouse brain slices, imaging of fluorescently tagged neurons and dendrites, widefield photoactivation with an LED (i.e., optogenetic stimulation or neurotransmitter uncaging), and focal and patterned laser-applied photoactivation. The rig must be compatible with the existing electrophysiology rigs of the LCSMS, in both hardware and software. These existing rigs are built around the Scientifica SliceScope Pro 6000 system. The components of the new rig must be interchangeable with components of this system and must run the same software. The LCSMS requires a new system that will be fully compatible with these four existing Scientifica systems, for these reasons: (1) to enable component swapping between the systems; (2) to enable all systems in the laboratory to be run by a common software suite; and (3) to have a common source for training and service. Project requirements: Electrophysiology rig with laser-applied optogenetic stimulation. Salient Characteristics: The LCSMS requires compatibility between its existing electrophysiology systems and the new system to be acquired. The existing systems are built around the Scientifica SliceScope Pro 6000. The existing systems allow for component swapping (e.g., moving patch clamp manipulators from one system to another), reconfiguring systems (e.g., converting an in-vitro physiology rig into an in-vivo physiology rig), and a common software platform to control hardware and acquire data. The LCSMS requires the new system to integrate fully into this existing structure. The LCSMS requires a patch clamp electrophysiology rig that will allow component swapping with its existing systems and that runs the same software. The existing systems are built around the Scientifica SliceScope Pro 6000 with four Patchstar manipulators, two Multiclamp 700B amplifiers, and the Scientifica Laser Applied Stimulation and Uncaging (LASU) system. Although the new rig will be primarily used in an in vitro configuration (brain slices), it should be possible to reconfigure the microscope frame to an in vivo configuration. It should also be possible to upgrade the microscope in future to a multiphoton configuration. The detailed specifications are as follows. Microscope, staging, software and optics 1. ������� The upright microscope frame must be able to conveniently move between in vitro and in vivo configurations. The microscope frame must include an objective and condenser holding arm which can be removed with just 2 screws. 2.�������� The offer must include a large motorized horseshoe-size base plate (? 575 mm in width) to hold all manipulators and devices next to the sample. This stage must include 3 mounting carriages to ensure easy placement of micromanipulators. 3.�������� The offer must include cross-roller bearings in the motorized base plate stage to provide ultra-smooth and vibration free movement, with an overall range of ? 50 mm. This must be controlled with a Patchpad device. 4.�������� The staging must include a magnetic mounting bath perfusion chamber to hold in vitro samples. This must be mounted on a post and platform device on the stage, so you can alter the height of the platform according to the microscope objective. This must also include options to hold 35 mm petri-dish samples and clips for slide mounting. 5.�������� The staging must include options for in vivo mounting of samples, replacing the in vitro post and platform with an in vivo M6 screw-hole metric spaced metal plate � for example, to enable rodent ear-bar attachment. 6.�������� The microscope must be fitted with an ultra-smooth motorized Z-axis drive that ensures vibration-free movement over 25 mm and be able to hold large devices such as a multiphoton detection unit for future upgrades; this must be controlled with the same Patchpad device as the microscope Z axis. 7.�������� The microscope must be very modular, so it can be upgraded with an optogenetics/uncaging scan-head and a multiphoton scan-head (in the future) from the same supplier. 8.�������� The microscope must have a very small footprint and be very thin for easy access to the sample; no wider than 150 mm in width and 260 mm in length. 9.�������� The microscope must be able hold Industry leading optics (Olympus or Nikon) to produce images. 10.������ The microscope must utilize a range of different contrast techniques to allow versatility between techniques. In this instance a �oblique contrast� configuration is required. This oblique condenser must be an achromatic/aplanatic condenser, with numerical aperture of 0.8 and a long working distance of 5.7 mm. 11.������ The microscope must contain a 4x and 40x objective with a �swing-nosepiece� to change between the 2 magnifications. The 4x must come with a working distance of 18.5 mm and numerical aperture of 0.8. The 40x must have a long working distance of 3.3 mm, a numerical aperture of 0.8, and should be compatible with Ultraviolet to Infra-red spectrum transmission. 12.������ The microscope must come alongside with a complementary software to control all the motorized components including the micromanipulators/Microscope Z control and XY staging. 13.������ The motors in the microscope must hold an infinite number of memory positions which allow repeatable positions for returning to sites of interest via the complementary software. 14.������ The microscope must include a 780 nm transmitted LED for far Infra-red sample analysis. 15.������ The microscope must include a C-mount adapter for the camera (with specifications of the camera below) alongside a single port for infrared applications. 16.������ The software must include free unlimited support during the warranty period. 17.������ The software must have a virtual joystick to control the motorized components. 18.������ There must be an option to switch between a pad device and a cube device without any alteration of any other components � �plug and play�. Optogenetic scanning system for point scanning: (LASU scan head with 473 nm laser) 1. ������� This must include a laser delivery galvanometer mirror system in X and Y for selectable laser spot positioning, spiral, grid, sequence, and area scanning at a cellular level. 2. ������� This system must fit into a modular scan head that wraps around the same microscope system supplied by the distributor. 3. ������� The system must be controlled by complementary software to enable control of the laser power, site of stimulation and visualization of sample and excitation fluorescence spot to ensure easy control for the user. 4.�������� The software must be written in LabVIEW and interlink with the camera mentioned in this documentation. 5.�������� The software must control the laser via an electronic shutter and not a physical shutter (as a physical shutter introduces vibration to the system) 6.�������� The system must include a 473 nm diode laser for optogenetic stimulation of channel-rhodopsin. It must have 75 mW power at laser output and 15 mW power at sample plane. 7.�������� The system must include a 561 nm optically pumped semiconductor laser for optogenetic stimulation of halo-rhodopsin. It must have 50 mW power at laser output and 15 mW power at sample plane. 8.�������� The laser system must have a spot size of around 2 microns when using the 40x already stated in the optics section. 9.�������� The laser system must have a sub-millisecond pulse width to enable quick stimulation protocols. 10.������ The laser system must not require any warm-up time for quick experimentation initialization. 11.������ The system must include free-space enclosed launch optics to enable minimal laser loss and maximum safety when using the system. 12.������ The system must be modular to allow addition of further laser wavelengths in the future such as 405 nm without alterations of the current configuration. 13.������ This system must include a 515 nm blocking filter and 610 nm blocking filter to prevent laser stimulation from reflecting into the camera but allow longer wavelengths to pass in order to visualize fluorescence signals. Optogenetic filter sets for full field stimulation: (cleanup/long pass filters) 1.�������� The system must include the correct filters for full field optogenetic stimulation/silencing of 535 nm and 470 nm wavelengths using the fluorescence turret and Fluorescent LED mentioned. This must be separate to the point scanning system. 2.�������� This 470 nm clean-up filter must be installed in the LED. 3.�������� This 535 nm clean-up filter must be installed in the LED. 4.�������� The dichroic mirror must be situated in the fluorescence turret and allow simultaneous LED stimulation/silencing. Camera 1.�������� The Camera must be a CCD camera with 24 fps at full resolution (40 fps binned 2x2), 14-bit, 11 mm diagonal Sony sensor. It must include a fast USB 3.0 PCIe interface alongside software. It must be grounded (to prevent electrical noise), heat-sinked (instead of fan to prevent vibration) and sensor-cooled (for chronic electrophysiology experimentation). E. Motorized Manipulators 1.�������� Manipulators must include superior roller bearings for smooth movements. 2.�������� Manipulators must have a theoretical resolution of 20 nm. 3.�������� Manipulators must be controlled via a control cube device. 4.�������� Manipulators must have a circular rotatory base for easy pipette exchange, no larger than 110 mm in diameter. 5.�������� The manipulators must have exact matching axis modules, so they can easily be reconfigured and exchanged if one axis were to fail. 6.�������� The manipulators must have a step in/out function to allow you to move along in a certain axis at a defined speed/distance; this must also be included on the control device. 7.�������� The manipulators must include a specific bracket to allow a steep approach to the sample. 8.�������� The manipulators must have a sliding head-stage for easy pipette exchange. 9.�������� Manipulators must be able to control the speed from 0.1 microns/second to 4 mm/second 10.������ Manipulators must have a drift below 1 micron every 2 hours. 11.������ Manipulators must be compatible with a headstage associated with the specifications of the /er mentioned below. 12.������ Manipulators must come with a �follow control� software function that interlinks it with staging to ensure pipettes remain in field of view when panning around the sample. F. Fluorescence 1.�������� The microscope must include fluorescence turret beam path that has been completely optimized fluorescence transmission/color correction and homogeneity. this must be able to attach onto the top of the upright motorized microscope. 2.�������� The turret must include space for up to 6 fluorescence filter cubes for future compatibility with different fluorescent dyes. These cubes should be easily exchanged and moved by removing the front of the turret. 3.�������� The fluorescence turret must be �push and click� for quick change of filter cubes during experimentation. 4.�������� The fluorescence turret must include filter cubes for GFP (green fluorescence protein) and mCherry/Texas Red dyes. 5.�������� The filter cubes must contain emission, excitation and dichroic mirrors; to permit the correct light spectrum to reach the sample and the visualization of that fluorescence in that sample via the specified camera. Filter cube spectrum specifications must include: For GFP: 470/40x, 495LP, 525/50m, for mCherry: 560/40x, 585LP, 630/75m. 6.�������� The fluorescence turret must include a space for a fluorescence light source. 7.�������� The light source should be a white LED with TTL trigger control for the individual red, blue and green LEDs. This unit must include a liquid light guide for attachment onto the fluorescence turret - it must not be a direct fit LED as this can lead to possible sample vibration through the LED cooling fan. The LED system must have a USB interface to be controlled by a computer.� G. Bath saline perfusion 1. ������� The system must a peristaltic pump and low-noise temperature controller for perfusion of bath salines. 2.�������� The pump must have manual variable speed (1-100 rpm in 1 rpm increments), speed scrolling, priming, and a keypad lock. It should be comprised of a twin channel pump head and accept 0.8 mm wall, three-bridge manifold tubing in sizes from 0.13 to 2.79 mm internal diameter. Flow rates of 0.0001 to 36 mL/min at 30 psi should be possible. 3. ������� The temperature controller must include a Peltier pre-heater block with a built-in temperature sensor and a bath sensor. H. Table and cage 1. ������� The system must include an anti-vibration table and Faraday cage. 2. ������� The anti-vibration table, suitable for patch clamp electrophysiology, should include a tabletop measuring no more than 36 inches by 48 inches. I. Patch clamp amplifiers 1. ������� The system must include patch clamp amplifiers with four (4) channels of amplification (to be coupled to the 4 micromanipulators). 2. ������� The amplifiers must be suitable for both current clamp and voltage clamp recordings. The amplifiers must have built-in circuitry for standard electrophysiological compensation modes (e.g., bridge balance, fast and slow pipette capacitance compensation, series resistance compensation). The amplifiers must be computer-controlled and should interface with open-source electrophysiology software written in Matlab. The LCSMS uses Wavesurfer, a data acquisition software distributed by Janelia (wavesurfer.janelia.org). Training: On-site training must take place within two (2) weeks of equipment installation.�The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 2-day training session for staff members. The Contractor must provide an installation & training day for at least 4 users, installing the system fully and training the users on the system. This will include: � ��������� Unpacking, assembly and full build of the manufactured products and produced software. � ��������� Installation of the optical components, cameras and light sources onto the microscope and alignment where suitable. � ��������� Full product training on all products as part of the installation. � ��������� An overview of the operation of the entire system and the supplied software. � ��������� Guidance and advice on the installation of third party (non-manufactured) products supplied by the Contractor. Quantity One (1) system Delivery Date The Contractor shall deliver and install the equipment within 90 days after receipt of order. Delivery must be Freight on Board (FOB) Destination and include inside delivery.� The equipment shall be delivered and installed in coordination with the Contracting Officer�s Representative (COR). The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 2-day training session for staff members. Warranty The Contractor shall warrant that that the Equipment will be free from defects for a period of twenty-four (24) months from the date of installation, inspection by the Government and acceptance. The Contractor must have a dedicated service team. This service team should be able to exchange faulty items with their service stock within a week of the user�s equipment fault. Delivery Requirements The Contractor shall deliver and install the required equipment in coordination with the COR. Delivery must be FOB Destination and must include inside installation. This system will be delivered to newly renovated space in Building 35A. Coordination of delivery will be performed with the COR at the time the equipment is ready to be shipped. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Coordination of delivery will be performed with the Government at the time the equipment is ready to be shipped. Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS) National Institute of Neurological Disorders and Stroke Bldg 35A/ Rm GF301 35A Convent Dr Bethesda, MD 20892 Anticipated period of performance: The Contractor shall deliver and install the equipment within 90 days after receipt of order. The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 2-day training session for staff members. Other important considerations: Warranty - The Contractor shall warrant that the Equipment will be free from defects for a period of twenty-four (24) months from the date of installation, inspection by the Government and acceptance. The Contractor must have a dedicated service team. This service team should be able to exchange faulty items with their service stock within a week of the user�s equipment fault. Capability statement /information sought. �Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized provider of the services. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, at e-mail address michael.horn@nih.gov . The response must be received on or before May 19, 2020, 5:00 pm, Eastern Time. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f7e4de6fae674aadbf4cb02d1ed3e74b/view)
- Place of Performance
- Address: MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05652163-F 20200510/200508230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |