SOLICITATION NOTICE
66 -- Electrophysiology experimental mechanical rig and accessories
- Notice Date
- 9/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 10/1/2016
- 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
- Total Small Business
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Solicitation Number for this acquisition is HHS-NIH-NIDA-SSSA-CSS-16-714 and the solicitation is being issued as a Request for Proposal (RFP). THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. SET ASIDE STATUS This is a total small business set aside. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The North American Industry Classification System (NAICS) Code for this procurement is 325413 in-vitro diagnostic substance manufacturing and the Small Business Size Standard is 1250 employees. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated July 15, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT The National Institute of Mental Health, Laboratory for Functional Neural Circuits requires ascientifica slicescope 6000 package with accessories. · Electrophysiology experimental mechanical rig and accessories · SliceScope Pro 6000 with one Control Cube and one PatchPad – English w/ 1. 780nm LED System for SliceScope 2. SliceScope filter wheel, 3 position. 3. Polarizer, 32mm 775nm IR-DIC for BX51WIC and BX61WIF 4. Condenser 5.7mm single position for BX/POL/DIC, stain free with NA 0.8 built in 360 degree rotatable 5. Below Sample Prism, DIC prism for 40X water immersion objective. 6. Above Sample Prism, high resolution DIC prism for WI-SRE-3 or WISNPXLU-2 7. Analyzer slider for reflected light illuminator 8. Swing Nosepiece, dual swing in/out 35 degree with DIC prism pocket, requires WI-NPA 9. 4X Objective, fluorite with working distance 17mm, numerical aperture 0.13mm 10. 40X Objective, universal working distance plan Fluorite, 3.3mm working distance, numeric aperture 0.8mm, UV to infrared. 11. SliceScope Fluorescence Adaptor Kit 12. Fluorescence Turret, BX light reflected illuminator for 6 fluorescence cubes. 13. ET-GFP filter cube set, Exciter ET470/DX, Dichroic T495LP, Emitter ET525/50m 14. mCherry Filter cube set, exciter ET560/40X, Dichroic T585LP, Emitter ET630/75mm, peak 610 15. Quad Wavelength LED system, 4 wavelength, power supply, microscope adaptor, pe2 collimator 16. Imaging lens package. Lens and camera mount. 17. Rolera Bolt Camera, 1.3 megapixel, video rate CMOS camera, USB 2.0 12 bit noncooled, 30 frames per second. 18. North America Multiclamp 700B 19. DIGIDATA 1550B0 20. pClamp 10 21. CleanBench with ¼-20 tapped holes 22. Full perimeter enclosure for 30” x 36” x 2” top 23. Faraday cage 30” x 36” 24. Set of 4 casters for 63-500 table series 25. On track delivery for 30” x 36” table 26. Installation and Training · Scientifica · SliceScope Pro 6000 with 2X PatchStar Micromanipulators 1. IR-DIC Components 2. Swing NosePiece and Objectives 3. Epifluorescence Components 4. Imaging lens, camera mount and camera 5. Data Acquisition 6. Anti-vibration table 7. Installation, training and delivery 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. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The lowest price technically acceptable proposal will be selected for award on the basis of the contractor’s ability to meet the requested items under the purpose & objectives. AWARD CRITERIA a. The acceptability of the technical portion of each contract offer will be evaluated by a technical review committee. The committee will evaluate each offer in strict conformity with the evaluation criteria of the solicitation. The committee may suggest that the Contracting Officer request clarifying information from an offeror. b. The business portion of each contract offer will be evaluated for reasonableness of the Offeror's firm to supply the services required. c. The selection for award will be based on the offer that proposes the best value to the Government. Potential for Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. Contracting Officer's Representative A Contracting Officer's Representative (COR) will be identified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical response and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to seven. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." NOTE Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: 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 in the award decision. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-714. Responses shall be submitted electronically via email to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov.
- 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
- SN04266743-W 20160914/160912234907-b04c37c446ecb24a55d94c7dd002f3de (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 |