MODIFICATION
66 -- NAN Electrode Drive (Electrode Positioning System)
- Notice Date
- 12/13/2023 10:42:46 AM
- 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
- 75N95024Q00070
- Response Due
- 12/20/2023 11:00:00 AM
- Archive Date
- 01/04/2024
- Point of Contact
- Morgen Slager
- E-Mail Address
-
morgen.slager@nih.gov
(morgen.slager@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 75N95024Q00070 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; �and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of The National Insititute of Mental Health (NIMH) intends to negotiate and award a Firm Fixed Priced contract without providing for full and open competition (including brand-name) to NAN Instruments LTD, 9 Hayetzira St. P.O. Box 21011, Nof Hagalil, 1784014, Israel for an Electrode Drive (Electrode Positioning System). This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The essential characteristics of the NAN Electrode Drive system that limit the availability to a sole source are: 1) modular system with the capacity to record up to 16 channels; 2) reliable and stable recordings over extended time periods; 3) flexibility and consistency in electrode positioning within the XY plane; 4) high-resolution capabilities of up to one micron; and 5) precise electrode placement facilitated by direct motor-electrode coupling. Only this suggested source can furnish the requirements, to the exclusion of other sources, because the NAN electrode drive system is a specific system. What separates itself from other similar systems is its flexibility, ease of use, and maintenance simplicity making it exceptionally well-suited for experiments that demand hours of setup each day. The NAN system offers a greater range of movement in the Z-axis compared to other systems of similar functionality. Additionally, the NAN system further separates itself due to its ability to provide independent electrode movements, both in terms of the number of electrodes and the flexibility and ease of use. Furthermore, because our lab already has multiple NAN systems, towers can be shared and exchanged between users ensuring continuity of experiments. (iii)� � The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04 dated June 2, 2023. (iv)� � The associated NAICS code 334510 � Electromedical and Electrotherapeutic Apparatus Manufacturing and the size standard in number of employees is 1,250. (v)� � �This requirement is for NAN Electrode Drive (Electrode Positioning System). (vi)����Background: Electrophysiological recordings serve as a fundamental pillar of neuroscience research, playing a pivotal role in advancing our comprehension of neural function, cognition, and the treatment of neurological disorders. These recordings unveil the intricate and multifaceted mechanisms through which neurons communicate and process information within the brain. More specifically, chamber-based electrophysiological recordings offer researchers a meticulously controlled and optimized environment to explore neural activity at specific locations. These advantages bolster the reliability and precision of collected data, enabling more exact and insightful glimpses into the workings of the nervous system across various cognitive and sensory processes. The Unit on Neurons, Circuits, and Behavior (UNCB) aims to leverage chamber recordings to achieve greater stability and precision in recording neural activity within ventral cortical regions associated with visual perception. The primary objective is to bridge the existing causal gaps between neural activity and the complex behavior of vision. UNCB's specific focus lies in the study of face patches residing within the inferotemporal cortex, which are specialized neuronal regions adept at processing facial information, encompassing the recognition and interpretation of faces. A deeper understanding of the neural activity within these patches holds the key to unraveling the neural circuitry responsible for face perception and recognition. To fulfill these chamber recordings, UNCB seeks to acquire the NAN Electrode Drive system. This system, characterized by a substantial movement range of over 45 mm, is offered by only a select few major companies. Among the candidate systems, including those from FHC, Alpha-Omega Engineering, and NAN Technologies, the NAN drive system stands out as superior in several critical aspects. Its flexibility, ease of use, and maintenance simplicity make it exceptionally well-suited for experiments that demand hours of setup each day. In contrast, the Alpha-Omega and FHC systems pose maintenance challenges, resulting in increased downtime and decreased productivity. Purpose: The purpose of this requirement is to procure Electrode Drive (Electrode Positioning System). Project Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services,qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the requirements of the purchase description. Specific Requirements: One (1) NAN Electrode Drive System Set-up for chamber recordings: four channel controller with software included, Adapter custom fitted for chamber (24.16 mm for base), four channel base custom fitted for chamber, NAN electrode tower, grid for 23-gauge tubing (1mm hole spacing), coarse movement system, neuropixel motorized and manual arm, neuropixel holder, guide tube clamp for neuropixel, 8 guide tubes for neuropixel (7mm x 5mm). Modular system with the capacity to record up to 16 channels Reliable and stable recordings over extended time periods Effective noise reduction even during electrode movement Flexibility and consistency in electrode positioning within the XY plane High-resolution capabilities of up to one micron Precise electrode placement facilitated by direct motor-electrode coupling Adjustable electrode depth manipulation within a user-defined operational range Controlled speed range, ranging from one to 200 microns per second Effortless electrode replacement, requiring less than one minute per tower Advanced controller with a user-friendly GUI, enabling communication with a 19-inch rack-mount control box through a standard interface Lightweight design, with each tower weighing 25g and a 4-channel base weighing 35g Five (5) years warranty parts and labor on manufacture defects (vii)���The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated delivery is: 60 days after receipt of award (viii)� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2023) NIH Invoice and Payment Provisions (APR 2022) (ix)� � The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)� � The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)���There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (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 price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The Unique Entity ID (UEI), 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. All offers must be received by 2:00p.m., Eastern Daylight/Standard Time, on Monday December 20, 2023, and reference solicitation number 75N95024Q00070. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/44276ed14d724e819519da7567549818/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06910826-F 20231215/231213230039 (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 |