Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
SOURCES SOUGHT

66 -- Gait Analysis system for rodent behavioral studies

Notice Date
8/4/2017
 
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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2017-644
 
Archive Date
8/29/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Small Business Sources Sought (SBSS) 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 and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1,000 employees. BACKGROUND The National Institute of Mental Health (NIMH) is one of 27 Institute Centers at the National Institutes of Health (NIH) committed to making important discoveries that improve health and save lives. NIMH is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The NIMH Intramural division plans and conducts basic, clinical, and translational research to advance understanding of the diagnosis, causes, treatment, and prevention of mental disorders through the study of brain function and behavior. The Section Behavioral Neuroscience (SBN) at NIMH operates the Rodent Bavioral Core (RBC) and provides support for research programs in the areas of basic neuroscience, genetics, basic behavioral science, research training, resource development, technology development, drug discovery, and research dissemination. The Division has the responsibility, in cooperation with other components of the Institute and the research community, for ensuring that relevant basic science knowledge is generated and then harvested to create improved diagnosis, treatment, and prevention of mental and behavioral disorders. The RBC is a new state-of-the-art research facility designed to provide NIH researchers the capacity to expand their behavioral research. As part of its service to the NIH community, the RBC must provide specialized equipment and software for shared use to a broad spectrum of researchers from varied Neuroscience fields. Currently, the RBC provides standard motor testing equipment like rotorods and paw reaching, which are relatively coarse measures of motoric abilities. Our users have requested more modern tools for motor analyses like foot-foot spacing, paw pressure, distance travelled, body rotation, stride length, toe spread, etc. Purpose and Objectives This Small Business Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement. The purpose of this potential requirement is to purchase a gait analysis system for Rodent Behavioral Studies in Open Field Arena with both hardware and software compents included. Many RBC users have requested behavioral tests that provide precision analysis of motor coordination and gait. Users of the RBC have requested more modern tools for motor analyses like foot-foot spacing, paw pressure, distance travelled, body rotation, stride length, toe spread, etc. Project Requirements This potential requirement includes obtaining a behavioral analysis system includes data capture and analysis software, video acquisition hardware, a computer, and a TTL (Transistor-to-Transistor Logic) module so it can be easily integrated with optogenetic or neurophysiological approaches. Specifically, the following features are deemed essential that this potential requirement shall be able to acheive: 1. Monitor and analyze all parameters of gait in an open field testing arena (i.e. free ranging) of small rodents (mice and rats) and adaptable to runway use. Measurable analysis includes Right overlap, Left Overlap, Front Base, Hind Base, Right Front Stride, Left Front stride, Right Hind Stride, Left Hind Stride and Paw Pressure for each of the limbs and brake speed; 2. Include data acquisition, processing and open field testing arena 3. Be useable in both normal light conditions and dark 4. Be exportable to xlsx. 5. Useable with rodents of various species (mice, rats etc.), weights and coat color. 6. Analyze at 720x480 at 30 frames per sec minimum. 7. Provide additional analysis of Zone Visits within open field chamber, Speed, Distance travelled, Orientation, Shape, and Motion. 8. Allow for simultaneous overhead (dorsal) video to quantify locomotor variables and sync these data perfectly with gait analysis from ventral view 9. Software/hardware to include a module TTL (Transistor-to-Transistor Logic) so it can be easily integrated with optogenetic or neurophysiological approaches. 10. Offer software updates for life of the unit so that new metrics may be incorporated or licensed. 11. Include camera for ventral recording and open field chamber for testing. 12. Come with training session provided. 13. Other measurables of gait must include stride time, stance and swing, Stride length and width, print area, toe spread, gait angle, stride frequency and body rotation and shift. 14. Come with batch-Mode for multiple video analysis. 15. Provide measurable of body movement in addition to above mentioned gait analysis. This should include body rotation, body shifting Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice shall document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished. Delivery/Warranty Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty or software licenses applicable. Inspection and acceptance will be performed at Building 35 on the NIH Main Campus located at 9000 Wisconsin Ave, Bethesda, MD 20814. CAPABILITY STATEMENTS SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order. Respondents that believe that they are manufacturers or authorized re-sellers of the equipment specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order. 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. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) pages. 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. Respondents must reference announcement number HHS-NIH-NIDA-SSSA-SBSS-2017-644 on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and electronically to NIDASSSAPurchaseRequ@mail.nih.gov, and be received prior to the closing date specified in this announcement. CONCLUDING STATEMENTS 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 pre-solicitation 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-2017-644/listing.html)
 
Record
SN04613282-W 20170806/170804231426-5c3961ebc248d15454c9669babd91983 (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.