MODIFICATION
66 -- Phenosys JetBall TFT System Replacement Parts
- Notice Date
- 7/13/2023 9:03:36 AM
- 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
- NINDS-SS-23-008172
- Archive Date
- 07/19/2023
- Point of Contact
- Tiffany Stone, Phone: 3014807158, Christine Frate, Phone: 3014433846
- E-Mail Address
-
tiffany.stone@nih.gov, christine.frate@nih.gov
(tiffany.stone@nih.gov, christine.frate@nih.gov)
- 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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� The NINDS Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS) uses a Phenosys JetBall TFT system to conduct visual reality experiments from head-fixed mice. A recent flood in the laboratory building damaged parts of the system, and the LCSMS requires replacement parts. Purpose and Objectives: The LCSMS studies fundamental issues of synaptic transmission, neuronal excitability, neuromodulation, and neural circuit activity using animal models (principally, the mouse). These issues are related to human neurological disorders, such as Alzheimer�s and other neurodegenerative disorders, and are explored in brain areas including (but not limited to) the amygdala, basal forebrain cholinergic areas, the ventral hippocampus, and the prefrontal cortex. A major line of research employs virtual reality methods to interrogate mouse behavior. These methods are used in combination with multiphoton microscopy, extracellular electrophysiology, calcium imaging, and/or optogenetics. In FY2019, the LCSMS purchased a Phenosys JetBall TFT system for mouse virtual reality experiments. Parts of the system were damaged in December 2022 by a building water leak. The present purchase requirement is for replacement parts to restore the system�s functionality. Project requirements: Three parts of the Phenosys JetBall TFT system were damaged and must be replaced: TFT Surround Monitor system with six (6) screens, with a reinforced mechanical base frame and customized so that screens 3 and 4 (the two middle screens) open outward. The visual displays (a panel of LCD displays) shall together wrap around, in the horizontal plane, by at least 270�; the displays shall be at least 19� diagonal. Custom computer with software to control Phenosys virtual reality system with all necessary cables and peripherals. The computer system shall meet or exceed the follow specifications: Windows 10 Pro operating system, Intel Core i7 3GHz processor, 16 GB memory, 256 GB solid-state drive (with at least 1 TB total storage), 19� monitor. I/O card (8 channels, 12 bit) that interfaces with Phenosys virtual reality system. All three replacement parts shall interface with other components of the Phenosys JetBall TFT system, such as the Basic Setup for Mice and the Operant Conditioning Module. Delivery date: 60 days post award In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Tiffany Stone, Contract Specialist at e-mail address Tiffany.stone@nih.gov and Christine Frate, Contracting Officer at email address Christine.frate@nih.gov. The response must be received on or before July 18,2023 at NOON, 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 www.sam.gov. 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://sam.gov/opp/0755dbf231f3401a9d470614fb23c172/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06746986-F 20230715/230713230049 (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 |