Title: Fiber photometry systems
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 NIH-NIDA-CSS-19-5272367 and the solicitation is issued as an request for quote (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.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 20 Dec 2018.
The associated NAICS code 333999, "All Other Miscellaneous General Purpose Machinery Manufacturing" and the small business size standard 500 employees. This requirement is full and open with no set-aside restrictions.
Contract Type: A firm-fixed price type contract is contemplated for this requirement.
Background Information and Objective:
The National Institute of Neurological Disorders and Stroke (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.
One major line of research will employ fiber photometry to image transients (calcium, acetylcholine, dopamine) from targeted brain areas in freely-moving mice. Two systems, each capable of imaging multiple areas and/or mice simultaneously and at multiple wavelengths, are required.
Statement of Need and Purpose:
The National Institute of Neurological Disorders and Stroke (NINDS) is establishing a new laboratory that will use cutting-edge physiological, imaging, and behavioral methods to investigate the relationship between human neurological disorders and brain function at the molecular, synaptic, cellular, and circuit levels. The new laboratory requires two fiber photometry systems to image calcium and/or neurotransmitter transients and that are suitable for use with freely-moving mice.
Salient Characteristics
The NINDS LCSMS requires two (2) identical fiber photometry systems. Both systems should have these characteristics.
• Three excitation wavelengths:
o ~415 nm (the isosbestic wavelength of GCamp)
o ~470 nm (the calcium-dependent wavelength of GCamp)
o ~560 nm (the wavelength of red-shifted indicators, such as RCamp).
• Two emission wavelengths:
o 500-540 nm (GCamp)
o 600-680 nm (RCamp).
• Must accommodate fibers of diameters 200-400 μm.
• Frame rate of 5+ fps.
• Each system must be capable of simultaneously imaging at least two brain areas or two mice simultaneously.
• Imaging resolution of 1920 x 1200 or better, with pixel size <6 μm.
• Quantum efficiency ≥80%
• Dark noise <7e-.
• Complete software package for acquiring and analyzing fiber photometry data, including motion control. The software should be compatible with the Windows 10 (64-bit) operating system and allow users to save data to disk, convert GCamp signals into motion-corrected calcium signals, and integrate with behavioral tracking equipment (such as a webcam).
Quantity: 2 systems
Delivery Date:
The contractor shall deliver and install the equipment within 90 days after receipt of order. Delivery must be FOB destination and include inside delivery. On-site training must be offered, in coordination with the COR.
Warranty/Service:
Contractor shall warrant that the Equipment will be free from 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.
Delivery Requirements:
The Contractor shall deliver the required equipment in coordination with the COR. Delivery must be FOB Destination.
Other Applicable Provisions and Instructions
The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.
(a) The Government will award a fixed price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the requirements outlined in the Salient Characteristics including quantity, delivery and warranty requirements.
(b) 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.
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.
The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
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 for clauses applicable to this acquisition.
There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
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 1 P.M. EST on May 6, 2019 and reference number
NIH-NIDA-CSS-19-5272367. Responses may be submitted electronically to [email protected] .
Fax responses will not be accepted.