SOLICITATION NOTICE
66 -- Electrophysiology experimental mechanical rig and accessories
- Notice Date
- 8/19/2016
- Notice Type
- Sale of Surplus Property
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-16-714
- Archive Date
- 9/13/2016
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- 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. 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE 334516 ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING The National Institute of Mental Health, Laboratory for Functional Neural Circuits requires the a Specifically, the NIMH, Laboratory for Functional Neural Circuits requires the following: One of the circuit mechanisms that the Laboratory for Functional Neural Circuits research focuses on concerns the role of GABAergic interneurons in controlling the dynamics of the local network. The different types of GABAergic interneurons control information flow in cortex by targeting specific domains of excitatory pyramidal neurons, thereby controlling spatiotemporal aspects of their activity. The diversity of GABAergic INs and the microcircuits that they form, is important for understanding cortical computation. Recent advance in genetic and optical technology allows us to systematic measure and manipulate the properties of specific inhibitory neurons to address their functions. The central hypothesis of the laboratory is that, to achieve top-down modulation of sensory processing, long-range projections from higher-order cortical and neuromodulatory areas recruit specific subclasses of GABAergic INs in early sensory cortex. As a key mediator, this distinct set of GABAergic INs engage a specific local inhibitory microcircuit thus spatiotemporally control the excitatory output. One of the laboratory’s research goals is test this hypothesis by establishing the functional connectivity of long-range inputs from cortical and neuromodulatory areas. To study the functional connectivity in the brain, our lab rely on in vitro electrophysiology system with following specifications; 1. Installation service is required to minimize any damages caused during installation and minimizes the chance of poor equipment performance caused by mistakes in installation. 2. Full integration of microscope objective and condenser focus, XY translation, micromanipulators, objective changing and other devices is required for simple interface display and increased productivity. 3. Requires super-stable frame built and designed for multiple patch-clamp recording to ensure no stability issues caused by manipulation of the system. All components should be fully isolated and tested to ensure absence of electrical noise. 4. Requires a narrow profile of a microscope frame to allow more space around the sample. This is a crucial for multiple electrode access. 5. Both the objective focus arm and the condenser focus arm need to be motorized to adjust focus optimally on both components remotely without risking disruption of electrodes, resulting in better optical resolution and clearer images. The set-up should be convertible to in vivo recording system. 6. Requires synchronized movement between the manipulators and the microscope stage to keep the tips of the electrodes within the field of view while the user searches for cells. 7. Requires modular and spacious design to add large sub-stage optics for applications such as multi-photon imaging. 8. Requires low noise during electrophysiology recordings. Period of Performance: Equipment shall be delivered 60 days after receipt of award. CAPABILITY STATEMENT INFORMATION SOUGHT Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before August 29, 2016 11:00am, eastern time. CONCLUDING STATEMENTS Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-714/listing.html)
- Place of Performance
- Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN04232955-W 20160821/160819235416-6467fd0bd89f1a7a85739a06849e71fc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |