Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

65 -- Integrated Imaging and Optogenetics System for Rodents

Notice Date
3/4/2020 6:59:24 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-20-002596
 
Response Due
3/9/2020 10:00:00 AM
 
Archive Date
03/10/2020
 
Point of Contact
Robin Knightly, Phone: 13018275302, Valerie Whipple, Phone: 3018275218
 
E-Mail Address
Robin.knightly@nih.gov, Valerie.whipple@nih.gov
(Robin.knightly@nih.gov, Valerie.whipple@nih.gov)
 
Description
Solicitation: NIMH-20-002596 � Title: Integrated Imaging and Optogenetics System for Rodents � 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), National Institute of Mental Health (NIMH) intends to intends to solicit by a request for quotation from Inscopix, Inc. for award on or around March 23, 2020.� The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH) with the nVoke 2.0� Integrated Imaging and Optogenetics System an upgrade from nVoke 1.0 Integrated Imaging and Optogenetics System with hardware/software for control and data acquisition/processing. � 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 2020-04 dated January 15, 2020. � STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single Source provides that: 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, brand-name OR industrial mobilization). � DESCRIPTION OF REQUIREMENT � Purpose and Objectives The purpose of this order is to procure the nVoke 2.0� Integrated Imaging and Optogenetics System an upgrade from nVoke 1.0 Integrated Imaging and Optogenetics System with hardware/software for control and data acquisition/processing.� The National Institutes of Mental Health�s Rodent Behavioral Core (RBC) needs a critical upgrade to the Inscopix nVoke system that is used by various labs within NIMH and NIH that use the RBC.� The nVoke 2.0� Integrated Imaging and Optogenetics System for Rodents is a cutting-edge upgrade from the nVoke 1.0 ( currently in heavy use within RBC) 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.�This upgrade will enhance the current systems versatile and unique way to incorporate circuit monitoring and perturbation techniques into a variety of behavioral assays that have already been established in the core for understanding neuropsychiatric phenotypes. The nVoke 1.0 system has been used with much success by labs utilizing the RBC, however the nVoke 2.0 will enhance the previously stated characteristics while allowing older data sets and experiments to continue seamlessly with enhanced results. Delivery or Deliverables Please see the attached Purchase Description for further details. 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. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.www.sam.gov.� All responses must be received by Monday, March 9, 2020 at 1:00 p.m., Eastern Standard Time, and reference number NIMH-20-002596. Responses may be submitted electronically to Robin Knightly, Contract Specialist, at Robin.Knightly@nih.gov. Fax responses will not be accepted. Extensions to the deadline will not be granted. � Please contact Robin Knightly, Contract Specialist, at Robin.Knightly@nih.gov or (301) 827-5302 with any questions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d80b423f718f4601b7ceedf6b1e524ec/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05579758-F 20200306/200304230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.