Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
SOURCES SOUGHT

66 -- Micro-Electrode Recording System for NINDS Surgical Neurology Branch

Notice Date
7/30/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-680
 
Archive Date
8/20/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. In agreement with the NINDS mission, the NINDS Surgical Neurology Branch is pursuing research in patients with Parkinson's disease, essential tremor, dystonia, and psychiatric illness who are eligible candidates for Deep Brain Stimulation (DBS) surgery. DBS electrodes are implanted within deep brain structures in these patients in order to address symptoms and micro-electrode recordings are acquired offering novel insight into the circuit mechanisms that underlie learning and decision-making. Purpose and Objectives for the Procurement: The purpose of this requirement is acquisition of one (1) micro-electrode recording (MER) system capable of capturing physiologic activity through multiple channels and capable of providing specific patterns of electrical stimulation. Project Requirements: The NINDS Surgical Neurology Branch requires one (1) single micro-electrode recording (MER) system which meets the following requirements: 1. The system must allow for continuous recording of micro-electrode data capable of capturing single-unit spiking and local field potential activity. 2. The system must allow for data recordings from up to ten (five micro-electrode and five local field potential) channels at sampling rates sufficient for the capture of single-unit spiking activity (>20kHZ) 3. The system must also allow for continuous EEG/ECoG and/or EMG recordings through 16 additional channels. The system must also have the ability to be upgraded and expanded up to 64 or 128 channels in the future, if desired in a later requirement. 4. The system must offer integrated impedance measurements of all electrodes. 5. All data from the system, including continuous time raw recordings, spike data, impedance measurements, and recording settings for each recording, must be captured and stored in a permanent file in a Matlab compatible format and labeled in a way that assures proper documentation and attribution to each individual recording session. 6. The system must be capable of streaming data in a Matlab compatible format in real-time to enable real-time analysis of micro-electrode data. 7. The system must provide closed-loop real-time Digital Signal Processing scripting capabilities 8. The system must be capable of providing real-time spike sorting and detection based on configurable templates. 9. The system must include an integrated micro-drive capable of driving up to five micro-electrodes. 10. The system must be capable of providing independent electrical stimulation for separate channels. The system's stimulation unit must allow for simultaneous stimulation on individual channels while preserving recording capability on the remaining channels. 11. The system must allow for configurable and patterned electrical stimulation. Stimulation waveforms must be capable of being programmed. 12. The system must also allow for triggered stimulation to enable closed-loop real-time electrical stimulation. 13. The system must include 16 analog and digital inputs and outputs. 14. The system must include a Leksell frame adapter for compatibility with the Leksell frame (Elekta, Inc.) 15. The system must include sterilization trays for all equipment. 16. The system must include on-site installation, training (8 hours for 4 people), and technical support. The system must also come with unlimited remote support via phone or email for the entire life duration of the device. 17. The system must include a full one year warrany. The contractor shall be expected to deliver the equipment on a FOB Destination basis and to install the equipment at the customer site. Additionally, the contractor shall provide the customer with training on the use of the equipment. Anticipated Contract Type: The Government anticipates award of one (1) firm fixed price commercial item contract in reference to this requirement. Anticipated Period of Performance: It is anticipated that the contractor shall deliver and install the required equipment within 60 days after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, installation, and training, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price commercial items purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-680/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03817698-W 20150801/150731000428-0b9d0aad8dd9b70b6b7e9636cbdc8763 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.