Federal Bid

Last Updated on 10 Nov 2019 at 8 PM
Special Notice
Location Unknown

Integrated Imaging and Optogenetics System for Rodents

Solicitation ID HHS-NIH-NIDA-SSSA-19-004056
Posted Date 12 Mar 2019 at 11 AM
Archive Date 06 Apr 2019 at 4 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
INTRODUCTION
PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION.

THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT 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 Acquisitions, Contracts Management Branch Blue, NIA Section on behalf of the National Institute on Aging intends to negotiate and award a contract for Data Science Assistance services in Neurodegenerative Disease.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING with a Size Standard of 1000 employees.

REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-101, dated October 26, 2018.

STATUTORY AUTHORITY
This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source.

DESCRIPTION OF REQUIREMENT

Project Description
Project Title: Integrated Imaging and Optogenetics System for Rodents

General 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 Statement of Work below:

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

• Product Code: 1000-003025
o Quantity: 2
o Description/Salient Characteristics: 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.
• Product Code: 1000-002315
o Quantity: 2
o Description/Salient Characteristics: Application Module: Shall include 5 baseplates, 5 baseplate covers and 1 dummy scope.
• Product Code: 1050-002259
o Quantity: 10
o Description/Salient Characteristics: Lens Probe for imaging brain region(s) of choice
• Product Code: 1050-002916
o Quantity: 5
o Description/Salient Characteristics: Practice probes
• Product Code: 1000-002976
o Quantity: 2
o Description/Salient Characteristics: System shall include an active commutator system to transfer high-speed video and signal and to minimize cable entanglement. This shall include commutator cable.
• Product Code: 1000-002897
o Quantity: 2
o Description/Salient Characteristics: 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).


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.

One major line of research 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). After extensive market research, the LCSMS has determined that the nVoke Integrated Imaging and Optogenetics System for rodents, which is manufactured and marketed by Inscopix (Palo Alto, CA), is the only system that meets these requirements.
This implantable microscope is one of a kind, implantable microscope that penetrates deep into the brain. This system is based on a miniature, integrated fluorescence microscope technology developed by Inscopix's founding team at Stanford University. It allows neuroscientists to stream live, high-definition videos of large-scale neural activity in awake, naturally-behaving mice. Furthermore, the imaging platform provides neuroscientists with the ability to visualize and study the neural mechanisms that underlie behavior, and how those mechanisms go awry leading to behavioral deficits.

This is patented technology and is unavailable from any other company. Inscopix is a pioneering provider of in vivo cellular imaging solutions. Inscopix's mission is to introduce a new dimension in neuroscience research to enable better clinical outcomes. With the nVoke 2.0 Integrated Imaging and Optogenetics System for Rodents, neuroscientists can now stream live, high definition videos of large-scale neural activity from the brain of an awake naturally-behaving mouse. Data sets generated are unprecedented in scale and scope and cannot be gathered by state-of-the-art imaging or electrophysiology recording techniques.


Delivery:
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.

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 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 price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The technical proposal must include CV information for proposed Key Personnel that meet the minimum requirements specified above.

In addition the Dun & Bradstreet Number (DUNS), 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."
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 22 March 2019 by 3PM EST and must reference number HHS-NIH-NIDA-SSSA-19-004056.


Responses must be submitted electronically to Andrea King, [email protected], and must reference the solicitation number HHS-NIH-NIDA-SSSA-19-004056, on your electronic request. FAX requests are not accepted.

"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."

Bid Protests Not Available