Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

67 -- Opticgenetic Accessories

Notice Date
8/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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-CSS-2017-666
 
Archive Date
9/5/2017
 
Point of Contact
Andrea McGee, Phone: 301480-2449, Andrea McGee, Phone: 3014358781
 
E-Mail Address
amcgee@nida.nih.gov, amcgee@mail.nih.gov
(amcgee@nida.nih.gov, amcgee@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-2017-666 INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-666 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93, dated January 1, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 333314 and the small business size standard 500 employees. DESCRIPTION OF REQUIREMENT Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The Unit on Functional Neural Circuits (UFNC) focuses specific circuits and neuronal types that enable internally-generated brain activity to interact with sensation, with emphasis on different types of cortical GABAergic (gamma-aminobutyric acid) neurons. Our project aims to delineate the functional connectivity among related brain areas, to identify the behavioral relevance of these circuits, to understand the computations these circuits perform, and to uncover their developmental specificity and plasticity. One of the aims in this study is identifying the behavioral conditions under which different ensembles of neurons are engaged by monitoring and manipulating genetically identified neuronal population. Currently, we use a two-photon microscope system. This system allows high resolution calcium imaging under head-fixed condition. However, we face two major challenges and limitations with this system. First, the recording depth of two-photon microscopy is limited because of scattering and absorption of photons in brain tissue. We increasingly recognize the need to image the activity of neurons in deeper brain areas. The miniature fluorescence microscope together with synchronized optogenetic manipulation methods allow simultaneously imaging and manipulating activity of neurons in deeper brain areas. Second, the head-fixed condition under the two-photon microscope restrains the animals' behavior. This restrained condition affect the activity of certain populations of neurons, especially in some of the subcortical areas where we are interested. Our study will greatly benefit from using the microscope combined with optogenetic manipulation to image the neuronal activities in deep brain areas from freely moving animals. This will facilitate our research to achieve more comprehensive understanding of specific neural circuits and the relevant behavior. Purpose and Objective: The purpose of requirement is to procure a Miniature fluorescence microscope for deep brain imaging and optogenetic manipulation in freely moving mice. Purchase Description: 1. OTPG_4; Optogenetics TTL Pulse Generator - 4 channels BNC Cables are not included. quantity 1 2. FMD_L; Fluorescence Microscope Driver. quantity 1 3. Cable RF BNC / BNC; - 50 Ohm - 0.6m. quantity 3 4. Ce:YAG_612/069_LED/465; Ce:Yag & Blue Fiber Light Source. quantity 1 5. MFP_200/230/LWMJ-0.48_1m_FC-FC; Mono Fiberoptic Patchcord. quantity 1 6. FMH; Fluorescence Microscope Holder. quantity 1 7. CLAMP_FMH; Clamp for Fluorescence Microscope Holder. quantity 1 8. AHRJ-OE_PT_AH_12_HDMI; Assisted Optical & Electrical rotary joint, pigtailed. quantity 1 9. ADAPTER_FC; FC/FC Mating Adapter. quantity 2 10. MFP_200/230/LWMJ-0.48_0.8m_FC-CM3; Mono Fiberoptic Patchcord. quantity 1 11. MFP_200/230/900-0.48_0.8m_FC-CM3; Mono Fiberoptic Patchcord. quantity 3 12. DSMB-L; Dummy Snap-In Microscope Body-L. quantity 1 13. OSFM_L_UFGJ_1000_458/604; GCamp6 NpHR3 Body-L Fiberglass jacket. quantity 1 14. SICL_D_500_3.34_80; Snap-in Imaging Cannula, Model L-D. quantity 1 15. FARS_L; Focus Adjustment Ring Set. quantity 1 16. FMST; Fluorescence Microscope Snaping Tool. quantity 1 17. Shipping and Handling Period of Performance The delivery date has a lead time of 30 days after receipt of order. This shall be a fixed price contract. Place of Performance 35 Convent Dr. Bldg 35, Rm 2E623, Bethesda, MD 20892 Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. RESPONSE FORMAT 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME product 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; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. EVALUATION CRITERIA Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable". CLOSING INFORMATION 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 21, 2017 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-666. Responses may be submitted electronically to amcgee@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-666/listing.html)
 
Place of Performance
Address: 35A Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04623934-W 20170812/170810232949-5e4b7db0618e4db661ff2c32c36ef5f2 (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.