SOURCES SOUGHT
66 -- Mouse Auditory Hearing Device
- Notice Date
- 6/24/2016
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2016-453
- Archive Date
- 7/24/2016
- Point of Contact
- Brian Lind, Phone: 301.827.5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS- 2016-453 Title: Mouse Auditory Response Screener and Analyzer Classification Code: 6640 NAICS Code: 334519 Description: Other measuring and Controlling Devices Manufacturing 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Purpose and Objectives: To procure a Tucker Davis ABR Workstation, Z series or equivalent. Project requirements: ABR Workstation, Z-Series 3-DSP Bioacoustic System w/Attenuators and Optic fiber with the following specific items included as part of the equipment package: Medusa 4-Channel Pre-Amp/Digitizer Medusa 4-Channel Low Imped. Headstage Multi Field Speaker - Mono AEP/OAE Software for RZ6 Experiment Control Workstation 22 Inch Widescreen LCD Monitor 1/4" Free Field Measure Calibration Mic Kit 30 Needle Electrodes Cable Kit: BNC Cables, T-connector, BNC Female AdapterEtymotic Low Noise Probe & Microphone Multi Field Speaker - Mono The equipment must be able to; a) acquire threshold measurements of Auditory Evoked Potentials in mice b) generate frequencies suitable for mouse hearing (in excess of 80kHz). c) generate signal averaging configuration files that store information associated with the time, date, subject, and type of animal, the number of averages, and the peak voltages for each of the waveforms. d) attenuate signals at over a 100 dB range to reliably measure thresholds without stimulus distortion. e) must not be highly invasive like telemetric recording system, which will allow the same test subject to be used multiple times, which is crucial for the project as we test the effect of drug on progressive hearing loss. Anticipated period of performance: This is a one time delivery to take place within 2 months of the receipt of order. Other important considerations: Equipment must work on mice not human subjects User must be able to calibrate the system at regular intervals to ensure the validity of the research, as well as modify stimulus presentation protocols and signal levels according to the various needs of the research program. Equipment must have magnetic speakers for high frequency stimulation with detachable tips allowing them to be used in either free-field or closed-field use. Software with system must include an integrated signal calibration program to calibrate transducers at frequencies up to 90 kHz. User be able to detect not only the reaction threshold but also the latency to the sound. User must be able to generate different sound stimulus at different amplitude and frequency, allowing for more detailed analysis to recover potential phenotypes. Capability statement /information sought. The respondents capability information must detail the potential offerors ability to provide the brand name equipment of an equivalent piece of auditory equipment as specified above, The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Mr. Brian Lind at lindbj@nida.nih.gov. The response must be received on or before July 9, 2016 at 9:00 AM, Eastern Time. "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 provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses 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)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2016-453/listing.html)
- Place of Performance
- Address: National Institute on Aging, 251 Bayview Road, BRC/06B119, Suite 110, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04162160-W 20160626/160624235100-7559349e930111ad4c4bf0c0a12eeb04 (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 |