Federal Bid

Last Updated on 10 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Extracellular electrophysiological recording systems

Solicitation ID NIH-NIDA-CSS-19-004627
Posted Date 21 Mar 2019 at 6 PM
Archive Date 10 Apr 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
Title: Extracellular electrophysiological recording systems

(i) 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.

(ii) The solicitation number is NIH-NIDA-CSS-19-004627 and the solicitation is issued as an request for quotation (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated October 26, 2018.

(iv) The associated NAICS code 334516: Analytical Laboratory Instrument Manufacturing and the small business size standard is 1000 or fewer employees. This requirement is full and open with a small business set aside.

(v) Purpose and Objectives: The NINDS will soon establish the Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS), which will be led by the new Scientific Director. The LCSMS will study fundamental issues of synaptic transmission, neuronal excitability, neuromodulation, and neural circuit activity using animal models (principally, the mouse). These issues will be related to human neurological disorders, such as Alzheimer's and other neurodegenerative disorders, and will be explored in brain areas including (but not limited to) the amygdala, basal forebrain cholinergic areas, the ventral hippocampus, and the prefrontal cortex.


(vi) Background: The NINDS Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS), will employ one line of research involving extracellular electrophysiological recordings (local field potentials, multiunit activity, and single spikes) from freely-moving or head-fixed mice. In some experiments, recordings will be made from unrestrained mice as they are trained or tested in standard mouse enclosures and mazes (e.g., fear conditioning box, T-maze, zero maze, open field maze) used to investigate fear, anxiety, perseveration, and other behavioral states and responses. In other experiments, recordings will be made from head-fixed mice as they navigate virtual reality environments (e.g., the Virtual Reality JetBall-Dome system from Phenosys). In both cases, a high channel count (96+) is desired. Also important is that the systems be flexible enough that optogenetic stimulation may be added if required by the future needs of the LCSMS. The systems must be complete, incorporating not only all components (hardware and software) for data acquisition but also those for data analysis (e.g., spike sorting).

Project requirements: The NINDS LCSMS requires two complete, state-of-the-art extracellular electrophysiological recording systems, including both acquisition and analysis components. One system (96 channels) will be used with freely-moving mice and requires a motorized commutator. The other system (128 channels) will be used with head-fixed mice and does not require a commutator. Both systems must be capable of recording local field potentials, multiunit activity, and/or single units from standard electrodes typically used with mice (e.g., tetrodes with 1 MΩ impedance measured at 1 kHz). It must be possible to add optogenetic stimulation to both systems at a future date.

See attached purchase description for requirements.


Other important considerations: Contractor shall warrant that the Equipment will be free from material defects for a period of twelve (12) months from the date of acceptance. All service performed on this equipment shall be provided by certified and factory trained technicians. Technicians shall have the ability to diagnose the systems on site via remote access. Contractor shall provide any required replacement components due to malfunctions on-site.

(vii) Anticipated period of performance: The contractor shall deliver and install the equipment within 45 days after receipt of order. Delivery must be FOB destination and include inside delivery. On-site training must take place within two (2) weeks of equipment installation. 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 1-day training session for 10 staff members.

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

(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.

(a) The Government will award a firm-fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

(i) Technical cabilitity of the item offered to meet the Government requirement. Item must meet all physical/salient characteristics, warranty, and delivery requirements identified in the Purchase Description. (Pass/Fail)

(ii) Price

All sources shall provide ALL OR NONE in response to this Combined Synopsis/Solicitation.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached.

(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

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

(xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

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."

All responses must be received by 10AM EST on 26 March 2019 and reference number NIH-NIDA-CSS-19-004627. Responses may be submitted electronically to Andrea King at [email protected].

Fax responses will not be accepted.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation.
Andrea King
[email protected]
301-827-5245

Please be advised that the National Institute on Neurological Disorders and Stroke (NI¬NDS) is an Institute within the National Institutes of Health (NIH), which is a Federal agency. Your mass-market commercial and/or license agreement may include provisions that are customarily found in the commercial sector but which are not appropriate for a contract with a Federal agency. Specifically, NINDS considers any provision in your mass-market commercial and/or license agreement to be inappropriate and unenforceable that:

(1) Contravenes a right granted NINDS under U.S. copyright law (e.g., fair use, right to archive, copying for interlibrary loan),
(2) Violated the Federal Acquisition Regulation or other Federal law (e.g., Antideficiency Act, Principles of Federal Appropriations Law),
(3) Departs from reasonable consumer expectations and was not disclosed by the Licensor prior to agreement, or
(4) Violates fundamental public policy.

NINDS shall assume that you are in agreement with the statements herein if you submit a quotation.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Mar 2019 at 7 PM
Location Unknown 10 Aug 2010 at 12 AM
Location Unknown 02 Jul 2015 at 7 PM
Location Unknown 08 Jul 2010 at 1 PM
Brooke Virginia 28 Jun 2019 at 4 PM