Federal Bid

Last Updated on 09 Sep 2014 at 8 AM
Solicitation
Location Unknown

Fiberoptic Rotary Joints for Optogenetic Research

Solicitation ID HHS-NIH-NIDA-SSSA-NOI-14-602
Posted Date 15 Aug 2014 at 1 PM
Archive Date 09 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location United states
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). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED.

The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Doric Lenses, Inc. for high efficiency fiber-coupled optical rotary joints (also known as commutators) for multimode fibers (1x2 Intensity Division Fiberoptic Rotary Joints) to conduct optogenetic experiments within the NIDA IRP BNNS without providing for full and open competition (including brand-name).

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees.

REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-76 dated July 25,2014.

This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold.

STATUTORY AUTHORITY
This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1.

DESCRIPTION OF REQUIREMENT

Purpose and Objectives
The purpose of this acquisition is to procure high efficiency fiber-coupled optical rotary joints (also known as commutators) for multimode fibers (1x2 Intensity Division Fiberoptic Rotary Joints) to conduct optogenetic experiments within the NIDA IRP BNNS. This equipment will be used to continue research studies already begun using Doric Lenses rotary joints; to ensure that research data remains standardized, only Doric Lenses equipment will meet the needs of this requirement.

Project Description
The Contractor must be able to provide the following equipment:

1. Twenty (20) 1x2 Intensity Division Fiberoptic Rotary Joints [Doric Lenses Part No. FRJ_1x2i_FC-2FC_0.22]

2. Twenty (20) Holder for Fiberoptic Rotary Joints [Doric Lenses Part No. Holder_FRJ_large]

3. Forty (40) Mono Fiberoptic Patchcord [Doric Lenses Part No. MFP_200/240/900-0.22_1m_FC-ZF1.25(F)]

4. The contractor must provide for shipping.

Delivery/Period of Performance
It is expected that the above described project requirements will be delivered within thirty (30) days after contractor receipt of award. A firm fixed price purchase order is anticipated.

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. Specifically, the required rotary joint equipment shall be used to continue experiments begun using Doric Lenses hybrid rotary joints which are proprietary to the original equipment manufacturer (OEM), Doric Lenses, Inc. Use of any other rotary joint equipment would jeopardize the standardization of research data and would invalidate previously acquired results and any conclusions which might arise as a result of NIDA IRP research. Accordingly, only Doric Lenses, Inc. is capable of meeting the needs of this requirement.

The intended source is:

Doric Lenses, Inc.

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. 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."

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. 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.

All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Lauren Phelps, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jul 2014 at 11 AM
Bayview Idaho 22 May 2017 at 2 PM
Location Unknown 10 Jul 2012 at 5 PM
Pike New hampshire 25 Jun 2019 at 7 PM
Location Unknown 08 Feb 2017 at 1 PM

Similar Opportunities

Sacramento California 07 Jul 2025 at 5 PM
Edgefield South carolina 25 Dec 2027 at 5 AM (estimated)
Indianapolis Indiana 10 Jul 2025 at 8 PM
Wright patterson air force base Ohio 31 Dec 2025 at 5 AM (estimated)