Federal Bid

Last Updated on 08 Sep 2012 at 8 AM
Sources Sought
Location Unknown

RIPPLE GRAPEVINE NEURAL INTERFACE SYSTEM

Solicitation ID NIHLM2012487
Posted Date 15 Aug 2012 at 6 PM
Archive Date 08 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nat'l Institute Of Diabetes, Digestive, & Kidney Diseases
Agency Department Of Health And Human Services
Location United states
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research.

The National Institutes of Health (NIH) National Institute of Diabetes, Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing Brand Name or Equal to Rillpe LLC Ripple Grapevine Neural Interface System with the following specifications:

R01381-64 grapevine NIPLow Channel - 64
Neural Interface Processor Low Channel 1EA
R00894 grapevine Nano
32 Channel High Impedance Single
Reference (Animal Only) 2EA
R01044 grapevine Double Interface Cable
Dual Front End Cable 1EA
R00233 grapevine Single Interface Cable
Single Front End Cable 1EA

Mandatory Requirements:
The Grapevine Neural Interface System is a hardware and software platform for neuroscience
research and neuroprosthesis development. It processes signals for real-time experiments with a Neural Interface Processor which is connected to a combination of front ends to amplify and
digitize biopotentials. The grapevine records up to 512 channels of microelectrode, LFP, ECoG,
EEG, and EMG signals using custom adapters to fit any type of electrode.

The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation.

This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. One copy of the capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (11:00 A.M. local time at designated location) on August 24, 2012.

Responses by fax or e-mail ARE NOT ACCEPTED

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 provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response 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)."


Please email any questions to Ms. V. L. Griffin at [email protected]

PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Sep 2012 at 7 PM
Port hueneme California 30 Aug 2019 at 6 PM
Michigan 04 Jan 2022 at 5 AM
Michigan 27 Dec 2021 at 5 AM