Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOURCES SOUGHT

66 -- High-Density Microelectrode Assay System

Notice Date
1/25/2018
 
Notice Type
Sources Sought
 
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-NCATS-SBSS-2018-85
 
Archive Date
2/20/2018
 
Point of Contact
Mark E. McNally, Phone: 3014436677, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mark.mcnally@nih.gov, schmidtjr@mail.nih.gov
(mark.mcnally@nih.gov, schmidtjr@mail.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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Please note that to qualify as an eligible small business for purposes of a small business set-aside, at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the small business awardee (see FAR 52.219-14 Limitations on Subcontracting). 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. This notice is strictly for research and information purposes only. Background: To establish and move stem cell technologies forward through a more centralized effort, the National Center for Advancing Translational Sciences (NCATS) within the National Institutes of Health (NIH) has launched the Stem Cell Translation Laboratory (SCTL). Part of the NIH Common Fund, the goal of the SCTL is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Through the SCTL, NCATS will provide researchers across various disciplines and organizations with the ability to establish collaborations to advance the translation of regenerative medicine applications. A powerful electrophysiology platform is required for recording and stimulating electrically active cell in a dish in order to enable long-term monitoring of single cell activity (e.g. action potentials from individual neurons), as well as the dynamics of the entire network (recordings from thousands of cells). Purchase Description: High-density microelectrode (e.g. over 26,000 electrodes) array system in a single-well format. This potential requirement includes obtaining a high-density microelectrode array system in a single-well format to support a high-throughput electrophysiology platform for recording and stimulating electrically active cells in vitro. Specifically, the following features are deemed essential that this potential requirement shall possess or achieve: • Integrated System with flexible array configuration for recording and stimulation • Recording Unit • Recording PC • software module for routing • software module for 1024 channels • software module for stimulation • Tissue Holder • Insert for Tissue Holder • Live software module for 1024 channels • Live software module for stimulation • Data processing and analysis • Touchscreen interface • Switch-matrix technology for flexible array reconfiguration • Acquisition and analysis software • Simple and intuitive user interface • Online bandpass filtering, spike detection, and visualization of all 1024 channels • Save raw data as well as spike events in standard compliant HDF5 file format • Data post-processing • Low noise • Records action potentials and local field potentials Salient Characteristics: • CMOS-based microelectrode array with at least 26,000 platinum electrodes (9.3×5.45 μm2) • 3.85×2.10 mm2 sensor area • 1024 recording channels • 20 kHz sampling rate, 10 bit resolution • Programmable total gain up to 78 dB • 32 stimulation units, flexible pattern generation • Up to ± 1.6 V / ± 1.5 mA • 2 nA amplitude resolution • 2 μs time resolution • Toolboxes for data loading and visualization Quantity: One (1) integrated system. Delivery Date: One-time delivery within thirty (30) days after receipt of order. Capability Statement: Contractors believed to possess the ability to provide the required equipment should submit documentation on their ability to meet the purchase description and salient characteristics to the Contract Specialist. The information submitted must be in an outline format addressing each element of the purchase description and all salient characteristics listed in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. All capability statements must provide the following: (1) DUNS number; (2) organization name; (3) organization address; (4) point of contact; (5) point of contact title, address, telephone, and email address; (6) size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code; (7) documentation of ability to provide the required equipment; and, (8) if applicable, any contractor GSA Schedule contracts by which all of the requirements may be met. When submitting this information please reference the solicitation number. Submission Instructions and Due Date: Written capability statements must be SUBMITTED ELECTRONICALLY NO LATER THAN 11:59 A.M. EASTERN STANDARD TIME (EST), MONDAY, FEBRUARY 5, 2018, to Jeffrey Schmidt, Contracting Officer at jeffrey.schmidt@nih.gov with Mark McNally, Contract Specialist cc'd at mark.mcnally@nih.gov. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NCATS-SBSS-2018-85/listing.html)
 
Record
SN04799636-W 20180127/180125231207-35da84b657c3e83c1a326482eb1d7148 (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.