Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
MODIFICATION

66 -- Opticgenetic Accessories

Notice Date
5/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2017-322
 
Archive Date
5/25/2017
 
Point of Contact
Andrea McGee, Phone: 301480-2449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2017-322 2. Title: Laboratory Equipment 3. NAICS Code: 333314 4. Description: Opticgenetic Accessories 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. Background: The Neuronal Circuits and Behavior Unit (NCBU) of the Cellular Neurobiology Research Branch (CNRB), National Institute on Drug Abuse (NIDA), National Institutes of Health (NIH), uses a combination of state-of-the-art optogenetic, electrophysiology, two-photon fluorescence endomicroscopy, immunohistochemistry, and behavioral assays to elucidate the neuronal basis of survival behaviors, such as feeding, and determine how these behaviors are disrupted in eating disorders and drug addiction. The lab is applying molecular biology, behavioral assays, brain slice electrophysiology and in vivo endomicroscopy methods to molecularly-defined neuron populations. The current protocol requires the components, necessary to perform in vivo optogenetic behavior experiments to further elucidate the circuits that are involved in survival behaviors. Purpose and Objectives: The purpose of this acquisition is to procure custom opticgenetic accessories. Features/Requirements: • OTPG_4 [Optogenetics TTL Pulse Generator - 4 channels] • FRJ_1X2i_FC-2FC_0.22 [1X2 Intensity Division Fiberoptic Rotary Joint] • MFP_200/230/900-0.48_1.5_m_FC-ZF1.25(F) [Mono Fiberoptic Patchcord] MFP_200/240/LWMJ_0.22_1m_FC-FCA [ Mono Fiberoptic Patchcord] • LDFLS_450/075_520/060 [Dual LD fiber light source, 450nm-75 mW/520 nm- 60mW] • LDFLS_520/060_520/060 [Dual LD Fiber Light Source, 520 nm - 60mW/ 520nm -60 mW] Anticipated period of performance: 30 days ARO Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Andrea McGee, Contract Specialist at e-mail address amcgee@mail.nih.gov The response must be received on or before May 10, 2017 at 12:00PM, 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-2017-322/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04494501-W 20170505/170503234949-4ecf211360cbb0c9822465807e680659 (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.