SOLICITATION NOTICE
66 -- Cranial Mountable Fluorescence Microscope System with Electronically Focusable Lens for Use on Free Ranging Test Animals
- Notice Date
- 9/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens 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
- MH18-006038
- Archive Date
- 10/9/2018
- Point of Contact
- Valerie Whipple, Phone: 301-827-5218
- E-Mail Address
-
valerie.whipple@nih.gov
(valerie.whipple@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Combined Synopsis/ Solicitation Response Date: September 24, 2018 10:00AM EST Title: Cranial Mountable Fluorescence Microscope System with Electronically Focusable Lens for Use on Free Ranging Test Animals Place of Contract Performance: 6001 Executive Boulevard, Rockville, Maryland 20852 (i)This is a combined synopsis-solicitation for commercial items or services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12- Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold; FAR Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization) and under the authority of the Federal Acquisition Regulations; and FAR Subpart 25.103 (b)(3) A written determination is not required if all of the following conditions are present: (i) The acquisition was conducted through use of full and open competition. (ii) The acquisition was synopsized in accordance with 5.201. (iii) No offer for a domestic end product was received; and FAR Part 12- Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (ii)The associated NAICS code 333314- Optical Instrument and Lens Manufacturing Business size standard: 500 employees (iii)Background The Unit on the Neurobiology of Affective Memory (UNAM) is using state-of-the-art technology to break new ground on the question of how the brain processes information about stress to guide behavior. To fulfill its mission and continue advancing biomedical research at NIMH the UNAM seeks to integrate new technology that allows scientists to monitor the activity of individual neurons in freely behaving rodents. The observations of neural circuitry in freely moving animals like mice or rats require a wearable fluorescence microscope attached to imaging cannulas chronically implanted in the animal's brain. The Unit on the Neurobiology of Affective Memory (UNAM) currently employs fiber photometry to image the collective activity of a large population of neurons in the rodent thalamus. A major limitation of this approach is that it doesn't allow to distinguish the activity of individual neurons. This is particularly problematic when neuronal responses are not correlated with one another but are rather heterogenous. To solve this problem, we seek to incorporate imaging technology that allows to optically resolve the activity of individual neurons in a freely-behaving animal. Purpose The purpose of this requirement is to purchase a mountable fluorescence microscope system with an electronically focusable lens for use on a free ranging test animal. Scope of Work The Unit on the Neurobiology of Affective Memory (UNAM) currently employs fiber photometry to image the collective activity of a large population of neurons in the rodent thalamus. A major limitation of this approach is that it doesn't allow to distinguish the activity of individual neurons. This is particularly problematic when neuronal responses are not correlated with one another but are rather heterogenous. To solve this problem, we seek to incorporate imaging technology that allows to optically resolve the activity of individual neurons in a freely-behaving animal. (iv)This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12- Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold; FAR Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization) and under the authority of the Federal Acquisition Regulations; and FAR Subpart 25.103 (b)(3) A written determination is not required if all of the following conditions are present: (i) The acquisition was conducted through use of full and open competition. (ii) The acquisition was synopsized in accordance with 5.201. (iii) No offer for a domestic end product was received; and FAR Part 12- Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (v)Purchase Description: 1. Software and hardware for cranially mountable fluorescence microscope system with electronically focusable lens for use on live, freely behaving test animal. 2. E-Focus Fluorescence Microscope. 3. Doric. 4. Model and part numbers for component parts. 1. Fluorescence Microscope Driver Includes: Ethernet cable 2m, M8 cable 1m, USB memory stick with software (Doric Neuroscience Studio) and power cord, all countries. Model FMD_L. Quantity 1 2. LEDC1-B_FC optimized for microscope Connectorized Single LED, BLUE. Model LEDC1-B_FC optimized for microscope. Quantity 1 3. Fluorescence Microscope Holder. Model FMH. Quantity 1 4. Clamp for Fluorescence Microscope Holder. Model CLAMP_FMH. Quantity 1 5. Mono Fiberoptic Patchcord. Model MFP_200/230/LWMJ-0.48_1m_FC-FC. Quantity 1 6. Assisted Optical & Electrical rotary joint, pigtailed. Model AHRJ-OE_PT_AH_12_HDMI. Quantity 1 7. FC/FC Mating Adapter. Model ADAPTER_FC. Quantity 2 8. Mono Fiberoptic Patchcord. Model MFP_200/230/LWMJ-0.48_0.8m_FC-CM3. Quantity 1 9. Mono Fiberoptic Patchcord. Model MFP_200/230/900-0.48_0.8m_FC-CM3. Quantity 3 10. Dummy Snap-In Microscope Body, eFocus. Model eDSMB. Quantity 1 11. Electrical Cable for eFocus Microscope Body length 1m, Ultralight Fiberglass Jacket, white. Model EC_eFocus _UFGJ_1000. Quantity 1 12. eFocus Snap-In Fluorescence Microscope Body-L. Model eSFMB_L_458. Quantity 1 13. Snap-in Imaging Cannula, eFocus, Model L-V, Depth range: 2.87mm - 5.96mm. Model eSICL_V_500_5.66_80 Quantity 15 14. Protrusion Adjustment Ring Set. Model PARS_L. Quantity 1 15. Fluorescence Microscope Snapping Tool, eFocus. Model eFMST. Quantity 1 16. BTC_CO_USB3 : Behavior Tracking USB3 Camera system Color. Model BTC_CO_USB3 : Behavior Tracking USB3 Camera system Color. Quantity 1 17. Snap-in Imaging Cannula, eFocus, Model L-V. Depth range: 2.87mm - 5.96mm Free Samples for testing purposes. Model eSICL_V_500_5.66_80. Quantity 3 18. Shipping. Shipping Quantity 1 Salient Characteristics Must be able to allow for deep brain imaging of individual neurons in a freely moving mouse. Must be equipped with software-enabled electronic adjustment of working distance (at least ± 40 μm). Must allow imaging of green fluorescent signal (e.g. GCaMP6). Head mounted microscope must have 350 x 350 um field of view. Head mounted microscope must have at least a 6x lens magnification. Head mounted microscope must have a capture frame rate of at least 45 Frames per Second. Head mounted microscope must have of 90 um working distance adjustment range. Software must be compatible with a computer with Intel Core i7., 8GB RAM. Must allow for free ranging mouse to perform various behavioral task. Rotary joint must have an 80% transmission with 2% or less variation (vi) Ability of the Offeror to understand the Purchase Description and requirements, adequately describe the proposed approach, identify problems and potential challenges, demonstrate how all contract requirements will be met including: 1) the offeror is an authorized reseller of the proposed Cranial Mountable Fluorescence Microscope System with Electronically Focusable Lens for Use on Free Ranging Test Animals, 2) the offeror can provide authorized trained technicians, and 3) the offeror's ability to meet the prescribed time line. (vii) FAR 52.211-6 Brand Name of Equal (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. Selection of an Offeror for award will be on the basis of lowest price technically acceptable quote meeting the government's essential features as described herein. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its quote. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. (ix) The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (x) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The response should be practical, clear, and concise; should use quantitative terms whenever possible; should avoid qualitative adjectives; and should comprehensively address the requirements of this solicitation. Accordingly, any response in which material information requested is not furnished or where indirect or incomplete answers or information are provided may be considered not acceptable. 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. The due date for receipt of offers is 10:00AM (EST) on Monday September 24, 2018. Offers shall be submitted to the Contracting Officer, Valerie Whipple at valerie.whipple@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/MH18-006038/listing.html)
- Place of Performance
- Address: 6001 Executive Boulevard, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN05099347-W 20180922/180920231521-01b401155fd9ca93e9d9be300e5a22e4 (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 |