MODIFICATION
66 -- Combined Photometry & Electrophysiology Recording Instrument
- Notice Date
- 8/4/2020 1:21:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-NCATS-CSS-20-004575
- Response Due
- 8/11/2020 9:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Debra C. Hawkins, Phone: 3018277751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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. (ii) The solicitation number is HHS-NIH-NIDA-NIA-CSS-20-004575 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation is issued as full and open competition for a brand-name or equal product.�� �(iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective July 2, 2020. �(iv) The associated North American Industry Classification System (NAICS) code: 334519�Other Measuring and Controlling Device Manufacturing, Size Standard: 500 Employees. � (v) Combined Photometry & Electrophysiology Recording Instrument (vi) The National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI), Tissue Bioprinting Laboratory (TBPL) has a need for an instrument that will combine fiber photometry and electrophysiology recording technology as part of the automated stage research for functional assay designing of an in vitro model.� NCATS requires a single turnkey�instrument which combines both the lock-in amplifier method of fiber photometry and the electrophysiology recording techniques producing one functional readout of assays. The intent of this action is to purchase a Combined Photometry & Electrophysiology Recording Instrument, that is brand-name or equal to the Lux Fiber Photometry Workstation (2-sites, 2-colors), manufactured by Tucker-Davis Technologies, Inc., 11930 Research Circle, Alachua, FL 32615, that include the following components: (1) Product number: RZ10x, Quantity: One (1) each, Description: Lux Fiber Photometry Workstation: 6-Channel LED Driver, 4 Photosensor Inputs; (2) Product number: Lx405, Quantity two (2) each, Description: Lux Integrated UV LED: 405 nm; (3) Product number: Lx465, Quantity: two (2) each, Description: Lux Integrated Blue LED: 465 nm; (4) Product number: LxPS1, Quantity: two (2) each, Description: Lux Integrated Photosensor; (5) Product number: LxPM1, Quantity: One (1) each, Description: Lux Integrated Power Meter; (6) Product number: LXFX-KIT-2C, Quantity: two (2) each, Description: Fiber Cable Kit for RZ10: 2 colors; (7) Product number: UZ3, Quantity: One (1) each, Description: ZBUS to USB 3.0 Interface; (8) Quantity: two (2) each, Description: Doric Additions 2-sites, 2-colors, Mini Cube - 4 port, Patchcords, and Cannulas; (9) Product number: RZ_DSP, Quantity: One (1) each, Description: 32-Channel Recording Addition, DSP for RZ Processor; (10) Product number: PZ5-32, Quantity: One (1) each, Description: Z-Series 32-Channel Neuro-Digitizing Preamp; (11) Product number: ZC16, Quantity: two (2) each, Description: 16-Channel ZIF-Clip Headstage; (12) Product number: ZCA-OMN16, Quantity: two (2) each, Description: ZIF-Clip Headstage to Chronic Probe; and (13) Product number: FB128, Quantity: One (1) each, Description: 128-Channel Neural Simulator. The salient characteristics of the instrument are:� (1) Suitable analog inputs and outputs to control either LED or LED drivers, and receive the fiber photometry feedback. As our experiments evolve, and as new indicator proteins continue to be developed, we may need to use different LEDs and receptors with different wavelength characteristics; (2) The ability to control multiple LEDs and photosensors at once; (3) The ability to integrate behavioral devices with the system with a high level of temporal resolution; (4) The ability to integrate simple video recording (with integrated playback of video alongside the recorded physiological data); (5) The flexibility to expand the system for other modalities, such as electrophysiology, for synchronized data collection and to extend the long-term usefulness of the system; (6) All data must be in a single format and time stamped with a precision of 1 mSec or less.� This includes behavioral signals and video inputs; (7) Must be able to offer up to six integrated LEDs and four photosensors for 3 LED fiber photometry in 2 sites or animals.� Needs to be able to independently drive up to 6 LEDs and 4 photosensors for multi-color, multi-site recordings. The LEDs have to be interchangeable, and there needs to be an array of wavelengths to select from (385 to 940 nm). This, along with the flexibility of the software to extend the lock-in amplifier processing of the software to all channels, needs to allow up to 3 LEDs from to sites to be recorded at once; (8) Software must be able to auto-detect what wavelength LEDs are installed (as well as what ports have photosensors). During runtime, the DC offsets need to be able to be automated to prevent clipping. For long, multi-hour experiments, timing cycles need to be able to be designed to turn fiber photometry recordings on and off; (9) Needs to have an integrated power meter that can measure light loss and distortion to debug connection issues; (10) Needs to have 24 channels of programmable digital I/O. The software must provide for easy integration of external behavioral devices with the system, with a jitter of less than 20 microseconds; and (11) Software must offer integration with up to two USB cameras for integrated video recording. The software must also feature concurrent, time-aligned playback of video and all other data. �(vii) Government's Anticipated Delivery: Within eight (8) weeks after receipt of order (ARO). Delivery Point: FOB Destination. Delivery Location: National Center for Advancing Translational Sciences (NCATS), Rockville, Maryland 20850. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). �(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price.� The quote must reference the country of manufacturer. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on August 11, 2020, and must reference the solicitation number noted herein.� Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov.� Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/baec30a25f5f4a3f883acc4a4a6d851e/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN05743908-F 20200806/200804230144 (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 |