SOURCES SOUGHT
66 -- Stereotaxic surgical equipment with robotic manipulators/microinjector and robotic drill with integrated brain mapping computing capabilities
- Notice Date
- 7/30/2020 3:26:48 PM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH-20-004262
- Response Due
- 8/6/2020 9:00:00 AM
- Archive Date
- 08/21/2020
- Point of Contact
- Michelle Cecilia, Phone: 3018277199, Valerie Whipple
- E-Mail Address
-
michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov
(michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov)
- Description
- Federal Business Opportunities (Beta.sam.gov) SOURCES SOUGHT NOTICE� 1.�� �Solicitation Number:�� � NIMH-20-003481 2.�� �Title: �Stereotaxic surgical equipment with robotic Drill and Microinjection integrated to brain mapping computer for the Rodent Behavioral Core (RBC) of NIMH to complement and expand current stereotaxic surgical work stations. 3.�� �Classification Code: �6640 � Laboratory Equipment and Supplies 4.�� �NAICS Code: �334519 � Other Measuring and Controlling Device Manufacturing 5.�� �Description: � This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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 Information and Objective: As part of its service to the NIH community, the RBC must provide specialized equipment for shared use to a broad spectrum of researchers with various levels of expertise from Neuroscience fields. �The small animal/rodent stereotaxic equipment is a critical component of the equipment infrastructure. It is a specialized piece of equipment that allows controlled and localized brain surgery using a three-dimensional coordinate system. �Its use is highly versatile because it enables operations that require localized ablations and drug infusions, as well as electrode or cannula implantation. These operations require the accurate placement of electrodes and injection needles into the defined anatomical areas within the brain. �The RBC needs a Stereotaxic surgical equipment with manipulators/microinjector and drill with robotic (automated) capabilities integrated to a brain mapping computer for the Rodent Behavioral Core (RBC) of NIMH to complement and expand current stereotaxic surgical workstations. �This system must be obtained from OEM to match the existing unit within the RBC to maintain duplication of animal surgery. �� Project requirements: As part of its service to the NIH community, the RBC must provide specialized equipment for shared use to a broad spectrum of researchers with various levels of expertise from Neuroscience fields. �The small animal/rodent stereotaxic equipment is a critical component of the equipment infrastructure. It is a specialized piece of equipment that allows controlled and localized brain surgery using a three-dimensional coordinate system. �Its use is highly versatile because it enables operations that require localized ablations and drug infusions, as well as electrode or cannula implantation. These operations require the accurate placement of electrodes and injection needles into the defined anatomical areas within the brain. �The RBC needs a Stereotaxic surgical equipment with manipulators/microinjector and drill with robotic (automated) capabilities integrated to a brain mapping computer for the Rodent Behavioral Core (RBC) of NIMH to complement and expand current stereotaxic surgical workstations. �This system must be obtained from OEM to match the existing unit within the RBC to maintain duplication of animal surgery. �� Quantity: 1 Stereotaxic surgical equipment with robotic manipulators/microinjector and robotic drill with integrated brain mapping computing capabilities for the Rodent Behavioral Core of NIMH Delivery Date: No later than 30 days after award Period of Performance: The total period of performance will not exceed one months. � Warranty: The probes shall be covered under the manufactures warranty. Option(s): None. � Capability statement /information sought. �Respondents must provide clear and convincing documentation of their capability of providing the product and services specified in this notice including providing information regarding being an authorized provider of the services. Responses must demonstrate the ability to deliver the following within 30 days of award. Purchase Description: 1. Stereotaxic surgical equipment with robotic manipulators/microinjectors and drill with integrated brain mapping computer, 2. Drill & Microinjection Robot including Drill Auto stop Function. �4. Model and part numbers for component parts 1.�� �Model Drill & Microinjection Robot including Drill Auto stop Function, quantity 1 2.�� �Drill Automated Craniotomy Function, quantity 1 3.�� �Automated synchronization device for cannula and drill bit, quantity 1 Salient Characteristics: 1.�� �Robotic Motorized stereotaxic machine with 1-micron resolution. 2.�� �Stepper motors for manipulator move at a standard speed of 1?m/sec to 2mm/sec 3.�� �Computer control with brain atlas integration that automates atlas adjustments with system software to compensate and minimize human error. 4.�� �System software must provide for head tilt correction, target storage/definition, angle adjustment, bregma/lambda setting.� 5.�� �Must have multisite injection capability. 6.�� �Must be useable with rodents of various species (mice, rats etc.) and weights. 7.�� �Manipulator swivel must have a locking mechanism for off plane presentation. Minimum injection volume must be 2 pL. 8.�� �Instrument must be compatible with existing Neurostar Unit and accessories, add-ons already in place within the RBC. 9.�� �Minimum injection volume must be 2 pL. 10.�� �Must be capable of simultaneous injection and movement of DV axis. 11.�� �Mouse mask alignment must allow for dorsal and ventral manipulation with one hand� 12.�� �Software must allow for control of the motorized positioning of the probe in all three orthogonal axes by using the keyboard arrow keys, screen interaction with the mouse or by using a joystick. 13.�� �Base plate must be 17� L x 10� W or less to meet existing space limitations 14.�� �Robotic Drill Must have Auto stop Drilling 15.�� �Must have brain windowing capabilities 16.�� �Must have high accuracy positioning of burr hole with depth control for drill site � 17.�� �Must have future optogenetic capabilities 18.�� �Must have zeroing at Bregma and Lambda 19.�� �Must have individual atlas scaling 20.�� �User defined injection rates 21.�� �Must have real time visualization of syringe tip based on atlas and injection volume 22.�� �Must be able to adapt to most commercially available syringes used by various labs in the core.� 23.�� �Must be compatible with Microsoft Windows 10 to comply with HHS security 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 Michelle Cecilia, at the following e-mail addresses michellececilia.cecilia@nih.gov and Valerie.Whipple@nih.gov. � The response must be received on or before August 6, 2020, 12:00 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/f998bc65870347ab8244baf35bff6541/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05740900-F 20200801/200730230156 (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 |