SOLICITATION NOTICE
66 -- Patch Cords, Light Source, Pulse Generators
- Notice Date
- 7/25/2017
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-17-537
- Archive Date
- 8/24/2017
- Point of Contact
- Sneha V Singh, Phone: 3014802443
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Drug Abuse intends to negotiate and award a contract for patch cords, light source, and pulse generators. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516, Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95, 19 Jan, 2017. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to: Doric Lenses 357 Franquet Quebec, QC Canada, G1P 4N7 Only Doric Lenses is capable of meeting the needs of this requirement because of research data standardization. Doric products are compatible with existing laboratory setups, which are modular and customized. The NIDA lab has extensive experience with the accessories and equipment offered by Doric Lenses and have found them to be ideally suited for mice. Unique features: Doric Lenses fiber-optic patch cords are customizable (length, input/output connectors, number of branches, fiber type) and quality control measures ensure high power output. Dual laser diode fiber light sources (LDFLS) contain two laser diode sources and a driver in a single compact unit. The direct connection of a patch cord to each laser diode provides additional safety for personnel by eliminating the need to collimate the light prior to collection into a patch cord. Doric's linear driving electronics eliminates leakage current resulting in no light output when the current is set to zero-an important feature for optogenetic experiments. Additional safety features include a rear panel interlock connector, a master key switch and LED illuminated control knobs indicating that the laser is in use. Doric's TTL pulse generators are engineered to easily integrate with Doric's products. Modulation of laser light pulses using TTL pulse generators is integral to optogenetic experiments. Project Description The Neuronal Circuits and Behavior Unit (NCBU) of the Cellular Neurobiology Research Branch (CNRB), National Institute on Drug Abuse (NIDA), National Institutes of Health (NIH), uses a combination of state-of-the-art optogenetic, electrophysiology, two-photon fluorescence endomicroscopy, immunohistochemistry, and behavioral assays to elucidate the neuronal basis of survival behaviors, such as feeding, and determine how these behaviors are disrupted in eating disorders and drug addiction. Purpose and Objectives • Eight (8) Mono Fiber-optic Patch cords: • 200 µm core • 240 µm including the cladding • Light-weight metal jacket • 1 meter length • FC to FCA connectors • Numerical aperature of 0.22 • Seven (7) Optogenetics TTL Pulse Generators - 4 channels • Pulse train parameters and its triggering are controlled via an open source graphical interface • Control software to create desired temporal patterns of TTL pulses on any channel • Channels can be synchronized or independent • Eight (8) Dual Fiber Light Sources • 450 µm central wavelength, 75 mW power • 520 µm central wavelength, 60 mW power Period of Performance Delivery within forty (40) days following contractor receipt of order. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 12:00 PM on August 9, 2017 and must reference number HHS-NIH-NIDA-SSSA-NOI-17-537. Responses must be submitted electronically to Sneha Singh, sneha.singh@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-NOI-17-537, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-17-537/listing.html)
- Record
- SN04596409-W 20170727/170726042549-10d4fa506534b227b8fbe8922626b1e3 (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 |