SOURCES SOUGHT
66 -- NAN Electrode Drive (Electrode Positioning System)
- Notice Date
- 12/13/2023 10:27:08 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
- 75N95024Q00070BAA
- Response Due
- 12/20/2023 11:00:00 AM
- Archive Date
- 01/04/2024
- Point of Contact
- Morgen Slager
- E-Mail Address
-
morgen.slager@nih.gov
(morgen.slager@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 the 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. 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:� Electrophysiological recordings serve as a fundamental pillar of neuroscience research, playing a pivotal role in advancing our comprehension of neural function, cognition, and the treatment of neurological disorders. These recordings unveil the intricate and multifaceted mechanisms through which neurons communicate and process information within the brain. More specifically, chamber-based electrophysiological recordings offer researchers a meticulously controlled and optimized environment to explore neural activity at specific locations. These advantages bolster the reliability and precision of collected data, enabling more exact and insightful glimpses into the workings of the nervous system across various cognitive and sensory processes. The Unit on Neurons, Circuits, and Behavior (UNCB) aims to leverage chamber recordings to achieve greater stability and precision in recording neural activity within ventral cortical regions associated with visual perception. The primary objective is to bridge the existing causal gaps between neural activity and the complex behavior of vision. UNCB's specific focus lies in the study of face patches residing within the inferotemporal cortex, which are specialized neuronal regions adept at processing facial information, encompassing the recognition and interpretation of faces. A deeper understanding of the neural activity within these patches holds the key to unraveling the neural circuitry responsible for face perception and recognition. To fulfill these chamber recordings, UNCB seeks to acquire the NAN Electrode Drive system. This system, characterized by a substantial movement range of over 45 mm, is offered by only a select few major companies. Among the candidate systems, including those from FHC, Alpha-Omega Engineering, and NAN Technologies, the NAN drive system stands out as superior in several critical aspects. Its flexibility, ease of use, and maintenance simplicity make it exceptionally well-suited for experiments that demand hours of setup each day. In contrast, the Alpha-Omega and FHC systems pose maintenance challenges, resulting in increased downtime and decreased productivity. Purpose and Objectives: The purpose of this requirement is to acquire a NAN Electrode Drive (Electrode Positioning System). Specific Requirements: One (1) NAN Electrode Drive System Set-up for chamber recordings: four channel controller with software included, Adapter custom fitted for chamber (24.16 mm for base), four channel base custom fitted for chamber, NAN electrode tower, grid for 23-gauge tubing (1mm hole spacing), coarse movement system, neuropixel motorized and manual arm, neuropixel holder, guide tube clamp for neuropixel, 8 guide tubes for neuropixel (7mm x 5mm). ����� Modular system with the capacity to record up to 16 channels ����� Reliable and stable recordings over extended time periods ����� Effective noise reduction even during electrode movement ����� Flexibility and consistency in electrode positioning within the XY plane ����� High-resolution capabilities of up to one micron ����� Precise electrode placement facilitated by direct motor-electrode coupling ����� Adjustable electrode depth manipulation within a user-defined operational range ����� Controlled speed range, ranging from one to 200 microns per second ����� Effortless electrode replacement, requiring less than one minute per tower ����� Advanced controller with a user-friendly GUI, enabling communication with a 19-inch rack-mount control box through a standard interface ����� Lightweight design, with each tower weighing 25g and a 4-channel base weighing 35g ����� Five (5) years warranty parts and labor on manufacture defects Anticipated Delivery Date period of performance: 60 days after receipt of the award (ARO). 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. Buy American Clauses: FAR 52.225-2, Buy American Certificate (Feb 2021) FAR 52.225-6, Trade Agreements Certificate (Feb 2021 Capability statement /information sought. Companies that believe they possess the capabilities to provide the required 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 an 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 Morgen Slager, Contract Specialist, at e-mail address Morgen.Slager@nih.gov. The response must be received on or before December 20, 2023, at 2:00 pm, Eastern Standard 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/536b9d6cbfe944a1920dbfef3553866d/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06911804-F 20231215/231213230047 (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 |