Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

66 -- Maxtwo multiwell HD-MEA CMOS-based multiwell HD-multi-electrode array (MEA) platform

Notice Date
5/26/2020 6:56:05 AM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003849
 
Response Due
6/8/2020 9:00:00 AM
 
Archive Date
06/09/2020
 
Point of Contact
Thien Nguyen, Phone: 3018270914
 
E-Mail Address
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS � COMBINED SYNOPSIS / SOLICITATION COMPETITIVE � Title: Maxtwo multiwell HD-MEA CMOS-based multiwell HD-multi-electrode array (MEA) platform 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 NIMH20003849 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 334516: Analytical Laboratory Instrument Manufacturing. This requirement is total small business set aside. � Purpose and Objectives: Induced pluripotent stem cell (iPSC)-derived neural cells offer a powerful human model system for the functional and experimental study of alleles that confer risk of neuropsychiatric disorders (Dolmetsch and Geschwind 2011; K. J. Brennand et al. 2012). Our lab aims to establish a high-throughout platform for characterizing the electrophysiological properties of iPSC-derived neurons and neuronal circuits. This platform will facilitate experimental studies of iPSC-derived neurons, functional characterization of risk alleles, and screening for novel therapeutics, permitting a comprehensive approach for studying neuronal activity under various conditions. Background: Our laboratory will continue to generate iPSC-derived neurons and the availability of this type of instrument, which is currently non-existent within the NIMH IRP, is vitally important. Recent advances in multi-electrode array technology now enable the rapid characterization of both intrinsic and evoked neuronal firing (Kizner, Fischer, and Naujock 2019; Clements 2016; Kapkaeva et al. 2018). Sophisticated spatial measures are now possible across numerous neurons growing together in culture. These measures provide precise measures of synchronicity of firing in neurons growing in the same culture well, providing remarkably detailed information about neuronal circuits and their properties in vitro (Kapkaeva et al. 2018). This contract will support the acquisition, set-up, and optimization of a cutting-edge multi-electrode array system, the MaxTwo, produced by Maxwell Biosystems. This is a unique product that has 26,000 electrodes per well whereas other products available on the market offer no more than 64 electrodes per well. The higher electrode density is essential for our planned experiments, which require an accessible, reliable, and high-throughput platform for measuring excitability, networking, and circuitry in iPSC-derived neurons. This platform will allow collaborating laboratories to determine the cell-autonomous impact of neuropsychiatric risk alleles, test for rescue through pharmacologic and genetic manipulation, and screen large molecular libraries for novel therapeutics.� Project requirements: The Contractor shall provide one (1) MaxTwo System (Brand Name) to the following specifications: MaxTwo System including software MaxLab Live Basic, perpetual license � QTY 1 MaxTwo 6-Well-Plate Starter Package (including 1st Year MX2-SUB-6W; 12 MX2-S-�� 6W plates) � QTY 1 Recording PC (Recording computer with MaxLab Live preinstalled; Intel Core i7-8700k 6C; 16GB DDR4; HDD 4TB 7200 RPM SATA; NVIDIA Quadro P400 2GB; (3)mDP, 2nc GbE NIC; 24inch monitor; Warranty for MX-PC is two (2) years) � QTY 1 On-site training (System setup and installation; Training and assisted tutorials; One day on-site (including travel and lodging expenses) � QTY 1 MaxLab Live ActivityMap Assay (Extract whole sample activity map label-free (firing rate, amplitude); Track whole sample activity map development long-term) � QTY 1 MaxLab Live NetworkConnectivity Assay (Smart population recording of neuronal networks; Identify and track neuronal bursting features; Extract functional network connectivity and synchrony) � QTY 1 MaxLab Live AxonTracking Assay (Identify and track single neurons; Extract axonal arbors; Calculate axonal action potential propagation velocity) � QTY 1 MaxLab Live Stimulation Assay (Enable electrical stimulation on any electrode; Selectively stimulate single cells) � QTY 1 Digital Gas Mixing System (Tokai-Hit GM-2000; Standalone digital gas mixing system; Gas cylinder: 100% CO2; CO2 concentration: Fixed 5.0% TH-GM-2000) � QTY 1 MaxTwo System Maintenance Plan 1 Year � One preventative visit to inspect the MaxTwo System. The schedule of the visit will be agreed by both parties beforehand (Priority for support, Cleaning of the mainframe, Valid for 1 year) � QTY 1 Other important considerations: MaxWell Biosystems� MaxTwo is a CMOS-based multiwell HD-multi-electrode array (MEA) platform. It has all the capabilities of MaxOne � it captures high-quality signals at sub cellular resolution from long-term culture experiments. Electrical stimulation protocols can also be performed. MaxTwo multiwell HD-MEA system allows for easy and vibration-free insertion of the multi-well MEA. The MaxTwo mainframe is an incubator allowing cells to have a proper environment during recording. It is designed for integration with automation systems. Overall, MaxTwo is a powerful electrical imaging system for drug discovery, safety pharmacology, and iPSC phenotyping applications. Other characteristics:� 26,400 electrodes (9.3�5.45 sq-?m, 17.5 ?m pitch) 1024 low-noise readout channels 32 stimulation channels Large sensor area (3.85�2.10 sq-mm) Switch-matrix technology for flexible array reconfiguration Non-invasive, label-free High-resolution activity map Axonal action potential propagation tracking Anticipated Date of Delivery: The contractor shall deliver and install the equipment within 60-90 days after receipt of order. 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 following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (c) 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. The Offerors 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. � 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 06/08/2020 by 12PMEST and reference number NIMH20003849. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov and Valerie Whipple at Valerie.Whipple@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/abbc793c47514131a4d7ea96f29c64cf/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05670612-F 20200528/200526230149 (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 |
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.