SOURCES SOUGHT
A -- nVista 3.0 upgrade + Inscopix Commutator System
- Notice Date
- 7/31/2018
- Notice Type
- Sources Sought
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
- ZIP Code
- 20892-9661
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2018-00390
- Archive Date
- 8/22/2018
- Point of Contact
- Kim Stapleton, Phone: 3014433775
- E-Mail Address
-
kim.stapleton@nih.gov
(kim.stapleton@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. 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: The Wang lab seeks to understand how genetic and experiential factors impact the developmental trajectory and functional architecture of brain circuits critically involved in psychiatric disorders in order to develop improved treatment and management for these diseases. Among the core deficits associated with serious psychiatric disability, the impairment of executive function, affecting the planning, initiation and regulation of goal-directed behaviors, has been increasingly highlighted as of central importance. Normal executive function in goal-directed behavior depends on the frontal lobe, and functional brain imaging studies have revealed altered activities in this brain region in patients suffering from schizophrenia, depression and drug addiction. The current miniature imaging system from Inscopix empowers us to simultaneously investigate neuronal activities during behavior and explore neuronal and circuit mechanisms underlying disrupted behavior from rodent disease models. This upgrade will allow change of focus depth during imaging, have better hardware design and software interface as well as compatible with a commutator for less disruption of imaging caused by animal behavior. Purpose and Objectives: The Wang lab needs to upgrade the miniature endoscope nVista 2.0 imaging system from Inscopix for better in vivo calcium imaging in behaving rodents. Quantity: One (1) nVista 3.0 Imaging System for Rodents and one (1) Inscopix Commutator System. Delivery Date: Within 180 days after award of purchase order. Period of Performance: Two (2) - five (5) years with periodical maintenance under warranty. Anticipated period of performance: Period of performance will be a base year with 2 options periods consisting of 12 months. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to a ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Kim Stapleton, Contract Specialist at e-mail address kim.stapleton@nih.gov. The response must be received on or before August 7, 2018 at 11:00AM, Eastern Standard Time. "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 presolicitation 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/NIMH/HHS-NIH-NIDA-SSSA-SBSS-2018-00390/listing.html)
- Record
- SN05012974-W 20180802/180731230801-85fbf34bb4b3e78f11eff618cde56aa6 (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 |