SOLICITATION NOTICE
66 -- Phenosys JetBall TFT system
- Notice Date
- 6/15/2023 8:20:15 PM
- 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
- NINDS-NOI-23-008172
- Response Due
- 6/30/2023 8:59:00 PM
- Archive Date
- 07/01/2023
- Point of Contact
- Tiffany Stone, Phone: 3014807158, Christine Frate, Phone: 3014433846
- E-Mail Address
-
tiffany.stone@nih.gov, christine.frate@nih.gov
(tiffany.stone@nih.gov, christine.frate@nih.gov)
- Description
- INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health, National Institute of Neurological Disorders and Stroke intends to negotiate on a sole source basis with Blackrock Microsystems for replacement parts for the Phenosys JetBall TFT system for the NINDS Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 - Analytical Laboratory Instrument Manufacturing with a Size Standard of $1,000 employees. REGULATORY 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). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023. DESCRIPTION OF REQUIREMENT The LCSMS studies fundamental issues of synaptic transmission, neuronal excitability, neuromodulation, and neural circuit activity using animal models (principally, the mouse). These issues are related to human neurological disorders, such as Alzheimer�s and other neurodegenerative disorders, and are explored in brain areas including (but not limited to) the amygdala, basal forebrain cholinergic areas, the ventral hippocampus, and the prefrontal cortex. A major line of research employs virtual reality methods to interrogate mouse behavior. These methods are used in combination with multiphoton microscopy, extracellular electrophysiology, calcium imaging, and/or optogenetics. In FY2019, the LCSMS purchased a Phenosys JetBall TFT system for mouse virtual reality experiments. Parts of the system were damaged in December 2022 due to a building water leak. The present purchase requirement is for replacement parts to restore the system�s functionality The three parts of the Phenosys JetBall TFT system that were damaged and must be replaced: TFT Surround Monitor system with six (6) screens, with a reinforced mechanical base frame and customized so that screens 3 and 4 (the two middle screens) open outward. The visual displays (a panel of LCD displays) shall together wrap around, in the horizontal plane, by at least 270�; the displays shall be at least 19� diagonal. Custom computer with software to control Phenosys virtual reality system with all necessary cables and peripherals. The computer system shall meet or exceed the follow specifications: Windows 10 Pro operating system, Intel Core i7 3GHz processor, 16 GB memory, 256 GB solid-state drive (with at least 1 TB total storage), 19� monitor. I/O card (8 channels, 12 bit) that interfaces with Phenosys virtual reality system. All three replacement parts shall interface with other components of the Phenosys JetBall TFT system, such as the Basic Setup for Mice and the Operant Conditioning Module. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. � The LCSMS purchased the Phenosys JetBall TFT system in fiscal year 2019 (via the US distributor Blackrock Neurotech) for virtual reality experiments. In December 2022, the room in Building 35 housing the system was hit by a major flood and parts of the system were heavily damaged. In this purchase description, the LCSMS seeks replacement parts compatible with the existing Phenosys system. Phenosys is the only company that manufactures replacement parts for its own JetBall TFT system. Therefore, the purchase is being sought on a sole source basis via the US distributor Blackrock Neurotech. The intended source is: Blackrock Neurotech 630 Komas Dr., #200 Salt Lake City, UT 84108 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11point 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 response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIMH-NOI-23-008172. Responses must be submitted electronically to Tiffany Stone, Contract Specialist, at tiffany.stone@nih.gov. U.S. Mail and fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5cb3e331b234954a7b750a1ca67fd5f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06717989-F 20230617/230616060715 (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 |