Federal Bid

Last Updated on 06 Aug 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Infrared Lasers for Simultaneous Photostimulation and Imaging Neural Networks in Mouse Brains In-Vivo

Solicitation ID HHS-NIH-NIDA-SSSA-RFQ-15-514
Posted Date 08 Jul 2015 at 4 PM
Archive Date 06 Aug 2015 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 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.

The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-15-514 and the solicitation is issued as a request for quotation (RFQ).

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

SET-ASIDE STATUS
This acquisition is a full and open competition.

ACQUISITION AUTHORITY
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, dated May 7, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date.

DESCRIPTION OF REQUIREMENT

Purpose
The National Institute of Mental Health (NIMH) Intramural Research Program (IRP) Unit on Synapse Development and Plasticity requires a tunable infrared laser and a high power fixed-wavelength infrared laser.

Project Requirements
The infrared lasers must have the following characteristics:

1. Excite fluorescent proteins at infrared wavelengths

2. An infrared laser with high power (>440 kW peak power), tunable at 690-1050 nm, astigmatism =10%, GDD pre-compensation range 0-43000 fs2, pulse width <80 fs, repetition rate >70 MHz; and

3. An infrared laser with peak power >450 kW, fixed at 1070 nm, astigmatism =10%, GDD pre-compensation range 0-30000 fs2, pulse width <50 fs, repetition rate >70 MHz.

Anticipated Delivery
The contractor shall deliver the infrared laser approximately three (3) months after receipt of award.

Contract Type
The Government intends to issue a firm fixed price contract for this requirement.

APPLICABLE CLAUSES AND PROVISIONS
All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.

The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition.
A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.

FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition.

The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

EVALUATION CRITERIA
FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance:

1. Factor 1: Technical Approach (80%)

The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment.

2. Factor 2: Delivery (20%)

The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met.

RESPONSE FORMAT
Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation. The price quotation must include the requirements listed above as well as associated pricing.

Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

CLOSING STATEMENT
All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-15-514. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at [email protected].

Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 20 Apr 2011 at 2 PM
Location Unknown 23 Dec 2014 at 8 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Bethesda Maryland 14 Oct 2025 at 9 PM
Aberdeen proving ground Maryland 11 Jul 2025 at 5 PM
South carolina 04 Sep 2025 at 3 PM