Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
SOURCES SOUGHT

66 -- Combined Photometry & Electrophysiology Recording Instrument

Notice Date
7/22/2020 6:39:40 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
HHS-NIH-NIDA-NCATS-SB-SS-20-004575
 
Response Due
7/29/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
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 because 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. The National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI), Tissue Bioprinting Laboratory (TBPL) has a need for an instrument that will combine fiber photometry and electrophysiology recording technology as part of the automated stage research for functional assay designing of an in vitro model.� NCATS requires a single turnkey�instrument which combines both the lock-in amplifier method of fiber photometry and the electrophysiology recording techniques producing one functional readout of assays. The intent of this action is to purchase a Combined Photometry & Electrophysiology Recording Instrument, that is brand-name or equal to the Lux Fiber Photometry Workstation (2-sites, 2-colors), manufactured by Tucker-Davis Technologies, Inc., 11930 Research Circle, Alachua, FL 32615, that include the following components: (1) Product number: RZ10x, Quantity: One (1) each, Description: Lux Fiber Photometry Workstation: 6-Channel LED Driver, 4 Photosensor Inputs; (2) Product number: Lx405, Quantity two (2) each, Description: Lux Integrated UV LED: 405 nm; (3) Product number: Lx465, Quantity: two (2) each, Description: Lux Integrated Blue LED: 465 nm; (4) Product number: LxPS1, Quantity: two (2) each, Description: Lux Integrated Photosensor; (5) Product number: LxPM1, Quantity: One (1) each, Description: Lux Integrated Power Meter; (6) Product number: LXFX-KIT-2C, Quantity: two (2) each, Description: Fiber Cable Kit for RZ10: 2 colors; (7) Product number: UZ3, Quantity: One (1) each, Description: ZBUS to USB 3.0 Interface; (8) Quantity: two (2) each, Description: Doric Additions 2-sites, 2-colors, Mini Cube - 4 port, Patchcords, and Cannulas; (9) Product number: RZ_DSP, Quantity: One (1) each, Description: 32-Channel Recording Addition, DSP for RZ Processor; (10) Product number: PZ5-32, Quantity: One (1) each, Description: Z-Series 32-Channel Neuro-Digitizing Preamp; (11) Product number: ZC16, Quantity: two (2) each, Description: 16-Channel ZIF-Clip Headstage; (12) Product number: ZCA-OMN16, Quantity: two (2) each, Description: ZIF-Clip Headstage to Chronic Probe; and (13) Product number: FB128, Quantity: One (1) each, Description: 128-Channel Neural Simulator. The salient characteristics of the instrument are:� (1) Suitable analog inputs and outputs to control either LED or LED drivers, and receive the fiber photometry feedback. As our experiments evolve, and as new indicator proteins continue to be developed, we may need to use different LEDs and receptors with different wavelength characteristics; (2) The ability to control multiple LEDs and photosensors at once; (3) The ability to integrate behavioral devices with the system with a high level of temporal resolution; (4) The ability to integrate simple video recording (with integrated playback of video alongside the recorded physiological data); (5) The flexibility to expand the system for other modalities, such as electrophysiology, for synchronized data collection and to extend the long-term usefulness of the system; (6) All data must be in a single format and time stamped with a precision of 1 mSec or less.� This includes behavioral signals and video inputs; (7) Must be able to offer up to six integrated LEDs and four photosensors for 3 LED fiber photometry in 2 sites or animals.� Needs to be able to independently drive up to 6 LEDs and 4 photosensors for multi-color, multi-site recordings. The LEDs have to be interchangeable, and there needs to be an array of wavelengths to select from (385 to 940 nm). This, along with the flexibility of the software to extend the lock-in amplifier processing of the software to all channels, needs to allow up to 3 LEDs from to sites to be recorded at once; (8) Software must be able to auto-detect what wavelength LEDs are installed (as well as what ports have photosensors). During runtime, the DC offsets need to be able to be automated to prevent clipping. For long, multi-hour experiments, timing cycles need to be able to be designed to turn fiber photometry recordings on and off; (9) Needs to have an integrated power meter that can measure light loss and distortion to debug connection issues; (10) Needs to have 24 channels of programmable digital I/O. The software must provide for easy integration of external behavioral devices with the system, with a jitter of less than 20 microseconds; and (11) Software must offer integration with up to two USB cameras for integrated video recording. The software must also feature concurrent, time-aligned playback of video and all other data. Anticipated period of performance / delivery date:� The Government anticipates the period of performance as eight (8) weeks after award. Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought.� The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name product specified in this notice.� The response shall include: the 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 to determine the method of acquisition.� The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein.� The response must also indicate the country of manufacturer. The response must also include 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be clear and concise 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, with single or double spacing, and limited to ten (10) pages (exclusive of the cover page, executive summary, or references, if requested). All responses to this notice must be submitted electronically to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov on or before July 29, 2020, 12:00 PM.� Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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/ce78656c60874a49af97211b056e3fb7/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05730143-F 20200724/200722230148 (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.