Federal Bid

Last Updated on 27 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Virtual reality systems for mice

Solicitation ID NIH-NIDA-NINDS-RFQ-19-003792
Posted Date 19 Jun 2019 at 3 PM
Archive Date 27 Jul 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: Virtual reality systems for mice

(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-NINDS RFQ-19-003792 and the solicitation is issued as a 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 2019-03, dated June 12, 2019.

(iv) The associated NAICS code 334516 and the small business size standard of 1,000 employees. This requirement is full and open with no set-aside restrictions.

(v) 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. As part of this program, the new laboratory requires two systems for immersing (head-fixed) mice in a virtual reality environment. This research requires two systems that should be tightly integrated with each other: (1) a virtual reality system for head-fixed mice suitable for use with multiphoton microscopy and optogenetics, and (2) a virtual reality system for head-fixed mice suitable for use with extracellular electrophysiology, microendoscopic imaging, and optogenetics.

(vi) 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. One of these systems will be used in conjunction with multiphoton microscopy. The other will be used in conjunction with microendoscopic imaging or chronically-implanted extracellular electrodes.

See attached purchase description for requirements

(vii) The Contractor shall deliver the equipment within 90 days after receipt of order. Delivery must be FOB destination and include inside delivery. During the first twelve (12) months after delivery, the Contractor shall offer at least two on-demand visits for training, support, and/or troubleshooting. Details of delivery, installation, and onsite support shall be coordinated with the COR.

Contractor shall warrant that the Equipment will be free from defects for a period of twelve (12) months from the date of acceptance or fourteen (14) months from the date of Delivery if installation is delayed through no fault of Company, whichever occurs first.

(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 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 Offeror shall 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, and are attached.

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and are 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 9:00 am, Eastern Standard Time on July 3, 2019 and reference number NIH-NIDA-NINDS RFQ-19-003792. 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

Rieka Plugge
[email protected]
301.827.7515

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Apr 2019 at 4 PM
Location Unknown 15 Apr 2019 at 5 PM
Location Unknown 06 May 2019 at 12 PM
Center Kentucky 28 Aug 2008 at 2 PM
Pike New hampshire 27 May 2009 at 9 PM