Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

66 -- Fully Integrated Calcium Imaging and Optogenetics System for Rodents in free ranging Studies

Notice Date
8/10/2017
 
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, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-2017-441
 
Archive Date
9/5/2017
 
Point of Contact
Andrea McGee, Phone: 301480-2449, Andrea McGee, Phone: 3014358781
 
E-Mail Address
amcgee@nida.nih.gov, amcgee@mail.nih.gov
(amcgee@nida.nih.gov, amcgee@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT 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 of Drug Abuse intends to negotiate and award a contract for a Fully Integrated Calcium Imaging and Optogenetics System for Rodents in free ranging Studies with Inscopix Inc, 2462 Embarcadero Way, Palto Alto, California. 94303. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 1000 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 and 95 January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1. 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 Purpose and Objectives Current approaches to investigation of brain circuits and systems require detailed analyses of neuronal circuit dynamics at cellular or greater resolution across multiple brain regions. Projects being pursued by several groups within the NIMH IRP utilize optogenetic methods to control and monitor the activity of individual neurons, or two-photon microscopy to image calcium indicators in head-fixed animals. The nVoke Integrated Imaging and Optogenetics System for Rodents is a cutting-edge technology platform that combines both calcium imaging and optogenetics into a single "all-optical" system. This unique technological advance enables simultaneous visualization and optogenetic manipulation of neural circuit dynamics in the same field of view using a head-attached miniature microscope. For the first time, researchers will be able to test sophisticated causal hypotheses about the relationship between neural circuit activity and emergent brain functions in freely behaving animals. The unique capability of the nVoke system is that it resolves single-cell activity in a large neuronal population, and activates or silences them in awake, freely moving animals. Although two-photon microscopy has this type of spatial resolution, simultaneous calcium imaging and optogenetic manipulations require animals to be head-fixed, and specialized two-photon lasers and optics that are not yet commercially available. Another related approach is to use implanted optic fibers to deliver light stimuli and collect fluorescent data in freely moving animals, but without an image-forming microscope, this approach does not provide information of individual neurons. The nVoke system provides an innovative solution for investigation of inter-regional functional connectivity, functional cell type mapping and microcircuit functioning, all in the brain of freely behaving animal. The addition of this unique system will greatly enhance the NIMH mission statement as multiple users of the shared NIMH Rodent Behavioral Core will be able to utilize. Project Description 1 x nVoke Integrated Imaging and Optogenetics System for Rodents A platform for simultaneous or sequential visualization of large-scale neural circuit dynamics and optogenetic manipulation in the same FOV. Includes miniature microscope with optogenetic capability, data acquisition box, and nVoke acquisition software with 1 year standard manufacturing warranty. 1 x Data Analysis Software License An app-based analysis suite for identifying cells and their individual dynamics. 1 x ProView TM Implant Kit Includes a lens holding device, stereotax rod, screw, adjustment tool, and instructions. 1. Qty 1. 100-001624 - nVoke Single Package: Technical Support: Prompt, knowledgeable responses to product hardware, software and technical questions. Knowledge Base Access: Online access to comprehensive training content, protocols, and instructional videos. 1 x Accelerate Training Workshop Seat: Personalized learning modules about the nVoke workflow. Standard and Personalized Scientific Support: Scientific support and customized advice, from experimental design to data trace extraction with Mosaic software, for all accessible brain regions. 2. Qty 1, 100-001633 - Mouse Applications Module, nVoke: 5 base plates, 5 base plate covers, and 1 dummy scope. 3. Qty 5 ProView TM Lens Probe: ProView TM Lens Probe - Complimentary lens probes for imaging your brain region(s) of 4. Qty 1, IC-1000 Inscopix Care Includes: - Free repairs and/or replacements for ANY hardware damage, whether caused by user, animal, or unknown - Complimentary overnight shipping to and from vendor Period of Performance The delivery date has a lead time of eight (8) weeks after receipt of order. This shall be a fixed price contract. 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 August 21, 2017 12:00pm eastern standard time and must reference number HHS-NIH-NIDA-SSSA-PSOL-2017-441. Responses must be submitted electronically to Andrea McGee amcgee@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-PSOL-2017-441. on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2017-441/listing.html)
 
Place of Performance
Address: 35A Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04623865-W 20170812/170810232920-c3afdec6acc130a846470b7572f78644 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.