Federal Bid

Last Updated on 24 Mar 2019 at 8 AM
Sources Sought
Location Unknown

Integrated Imaging and Optogenetics System for Rodents

Solicitation ID HHS-NIH-NIDA-SSSA-19-004056
Posted Date 04 Mar 2019 at 7 PM
Archive Date 24 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.


Background: The Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS), will employ head-mounted microscopes to image populations of neurons - at single-cell resolution - in freely-moving mice. The neurons may be as deep as 5 mm from the cortical surface and will be identified - for example, as cholinergic or parvalbumin-expressing - using genetic tags and anatomical methods. Moreover, afferent axonal fibers from neurons in distal brain areas will be simultaneously stimulated using optogenetic methods. During imaging/stimulation sessions, the mice will be engaged in behavioral tasks probing different aspects of learning, memory, anxiety, depression, and fear. These experiments require systems that can incorporate light-weight microscopes (~3 g), implantable gradient refractive index (GRIN) lenses, flexible cabling and active commutators, and sophisticated mathematical algorithms (e.g., constrained non-negative matrix factorization).

Purpose and Objectives: The purpose of this acquisition is to procure implantable microscopes used in the brain of rodents.

The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Inscopix. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Inscopix nVoke 2.0 Integrated Imaging and Optogenetics System for Rodents, and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts.


Project requirements: The NINDS LCSMS requires two imaging and optogenetics systems for rodents. A platform for simultaneous or sequential visualization of large-scale neural circuit dynamics and optogenetic manipulation in the same field of view (FOV). Each system shall include a miniature microscope with optogenetics capability, data acquisition box, and acquisition software. The system shall incorporate light-weight microscopes (~3 g), implantable gradient refractive index (GRIN) lenses, flexible cabling and active commutators, and sophisticated mathematical algorithms (e.g., constrained non-negative matrix factorization). The system shall provide neuroscientists the capability to stream live, high-definition videos of large-scale neural activity in awake, naturally-behaving mice

Quantity Product Code Description / Salient Characteristics
2 1000-003025 Integrated Imaging and Optogenetics System for Rodents:
Shall be able to stabilize and streamline the lens implant procedure. System shall Include a lens holding device, stereotax rod, screw, adjustment tool, and instructions.
2 1000-002315 Application Module:
Shall include 5 baseplates, 5 baseplate covers and 1 dummy scope.
10 1050-002259 Lens Probe for imaging brain region(s) of choice
5 1050-002916 Practice probes
2 1000-002976 System shall include an active commutator system to transfer high-speed video and signal and to minimize cable entanglement. This shall include commutator cable.
2 1000-002897 1-year Warranty shall include:
Free repairs and/or replacements for ANY hardware damage,
whether caused by user, animal, or unknown
- Complimentary overnight shipping to and from the contractor's facility.

Warranty: The contractor shall certify that its products/services are free from defects in material and workmanship and will substantially conform to applicable published specifications for a period of 1 year from the date of delivery to the Government. The Government will notify the contractor promptly in writing upon discovery of any defect in the Products/Services. The contractor shall exclusive remedy for Products/Services that fail to conform to this warranty and repair or replace such nonconforming Products/Services. With mutual agreement between the Government and the Contractor, non-conforming equipment shall be returned in accordance with the Contractor's Return Materials Authorization (RMA) policies. The Government understands that products/services or parts that have been subject to abuse, misuse, accident, alteration, neglect, unauthorized repair or installation are not covered by warranty.

Training:
Off-site training must take place within one (1) year of equipment delivery. Training shall be for one (1) individual over a two (2) day period for duration of at least eight (8) hours per day. Training shall take place between the hours of 8:00am and 5:00pm Monday through Friday excluding federal holidays. Training shall be conducted by qualified Ph.D. Level scientist(s). The training shall consist of live animal and experimental demonstrations.

Contractor shall provide unlimited access to on-line training materials (videos, guides, user manual, etc.) technical and scientific support services from Ph.D. level scientists via e-mail, telephone or video conference (e.g. Skype).

Anticipated period of performance: The contractor shall deliver and install the equipment within 8 weeks after receipt of order. Delivery must be FOB destination and include inside delivery. The equipment shall be delivered and installed between the hours of 8:00am and 5:00 pm, Bethesda, MD local prevailing time. The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and an on-site 2-day training session for 10 staff members.

Other important considerations: none

Capability statement /information sought. Clearly indicate whether respondents must provide, as part of their responses, a capability statement, "white paper," answers to questions/issues, etc. This may include requests for:
• respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;

• information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;

• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);

The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point 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 information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.

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.

The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.

The response must be submitted to Andrea King at e-mail address [email protected].

The response must be received on or before 9 March 2019 by 2PM EST.

"Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 12 Mar 2019 at 11 AM
Pike New hampshire 25 Jun 2019 at 7 PM
Bayview Idaho 22 May 2017 at 2 PM
Location Unknown 08 Feb 2017 at 1 PM
Bethesda Maryland 02 Jul 2020 at 4 PM

Similar Opportunities