Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

66 -- Moveable Objective Microscope

Notice Date
8/23/2017
 
Notice Type
Presolicitation
 
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-PSOL-2017-610
 
Archive Date
9/20/2017
 
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
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Drug Abuse intends to negotiate and award a contract for a Moveable Objective Microscope to Sutter Instrument, One Digital Drive, Novato, CA 94949. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516, Analytical Laboratory Instrument Manufacturing, with a Size Standard of 1000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95 and 95 January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Generic Name of Product: Customizable Moveable Objective Microscope (MOM) configured to be used with existing lasers for two photon excitation and inhibition and identical to current MOM used by UNCB. Salient characteristics :The UNCB requires a two-photon optical instrument which must have the following characteristics: The scan head (laser relay optics, scan lens, tube lens and galvanometer scanners) must be fixable to a horizontal breadboard to allow us to customize the position of the components, and each component lens and mirror pair must be independently movable. The objective lens must be able to move in three axes (X,Y, Z), while throughout the travel range the illumination laser continues to fully illuminate the back aperture of the objective. Maximum movement range must be greater than 24mm in all three axes. The XYZ position of the objective lens must be recorded to at least the nearest tenth of one micrometer. The XYZ position of the objective lens must be controllable by a controller with three rotary knobs to permit natural control of the objective with one hand while simultaneously observing images. The objective lens must be able to rotate along a single axis, while throughout the travel range the illumination laser continues to fully illuminate the back aperture of the objective. The main dichroic, immediately behind the objective, must be moveable via electronic control to allow both visible and infrared light to pass at different times. The scan head, mounted on the breadboard, must contain two sets of galvanometers, a resonant and standard set, and a standard-standard set, for use in imaging and stimulation, respectively. The scan head must contain a beam combining dichroic to permit collinearity of the imaging and stimulation lasers. The beam combining dichroic must be repeatable movable in and out of the imaging path. There must be two imaging photomultiplier tubes (PMTs). The PMT signal, amplified with a transimpedance amplifier with switchable gain and bandwidth, must be accessible via a BNC connection to allow connection to other equipment. The PMT optical path must have optics with greater than 1" clear aperture to collect maximal emitted light. An electrooptical modulator must be provided, with control electronics, to permit amplitude modulation of the illumination laser with at least 10kHz bandwidth. Built on large rail to facilitate moving for placement of preparation under objective, has limited footprint for ease of placement of other equipment. Purpose and Objectives The Unit on Neural Computation and Behavior (UNCB) studies the function of cortical network activity in vivo using single-cell optogenetic stimulation. A single stimulus or motor action changes the activity of many cells in the cerebral cortex, and it is thought that patterns of activity across many cells are the fundamental unit of cortical function. However, we have been unable to understand how the brain uses activity patterns across multiple cells, principally because, as a field, we have been unable to change the activity of multiple individual cells in a patterned way. Two-photon optogenetic stimulation can provide such control, and thus has enormous promise to reveal how the brain works. Several groups worldwide, including our group, are working to deploy this approach in behaving animals. To do this, we develop custom optical microscopes which are able to both image and stimulate neurons using high-pulse power lasers. This development is central to the research operation in the UNCB and to the NIMH research mission of understanding brain function to allow development of mental health therapies. The MOM offered by the subject vendor is the only available commercial offering full compatibility with existing UNCB equipment. Project Description Model and part numbers for component parts: 1. ASSY, MOM,W-PATH - Custom Assembly Product # SA-MOM-2P-WPATH-M, quantity 1, 2. ASSY,MOM,DETECTOR-WIDE PATH Product # SA-MOM-DETECTWP-M, quantity 1, 3. LOW VOLTAGE DUAL PMT POWER SUPPLY Product # FG-PS2-LV, quantity 1, •U.S. OR JAPAN POWER CORD Product # CO-W117500 4.RESONANT SCANNER FOR 60MM CAGE BASED SCOPE, Product # FG-RESSCAN-GEN, quantity 1, •MOM RESONANT SCANNER CONTROLLER #FG-MDR-R •U.S. OR JAPAN POWER CORD Product # CO-W117500 •110-115V / 60 HZ •SA-MOM-GEN-RESSCNR-M, ASSY,GENERIC RESONANT SCANNER BOX •MOM-GEN.RESSCNR MT,60 MM CAGE #SA-X111149 •H,O-RING,MOM,RESSCNR #CO-H905930 •OPT,QTZ WINDOW,NIR-I COATED,20MM DIA #CO-O050435 5.MOM,6MM,STD SCANNER SYSTEM Product # CO-O040285,, quantity 1, 6.MOM 6MM SCAN DRIVE CONTROLLER Product # FG-MDR-6, quantity 1, •U.S. OR JAPAN POWER CORD Product # CO-W117500 •110-115V / 60 HZ 7.ASSY,MIMMS,RESONANT SCANNER MT Product # SA-MIMMS-RES-SCAN-MT, quantity 1, 8.BASIC TABLE OPTICS FOR LASER ROUTING product # SA-MOM-SETUPKIT-M, quantity 2, 9. MOM,POCKELS CELL PKG, W/POLARIZER & BEAM BLKR ASSY Product # CO-O040201, quantity 1, 10.GALVO SCANNER MOUNT Product # FG-OEM-MIC, quantity 1, 11.MOM,PREAMP,FEMTO DHPCA-100 Product # CO-O040335, quantity 2, 12.ASSY,MOM,PERISCOPE Product # SA-MOM-PERISCOPE,, quantity 2, 13.MOM,110 PWR SPPY FOR O040335 Product # CO-O040337, quantity 2, 14.Shipping and Handling Charges Product # FG-FREIGHT, quantity 1 Period of Performance The delivery date has a lead time of 30 days after receipt of order. This shall be a fixed price contract. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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. 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. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by September 5, 2017, 12:00pm eastern standard time and must reference number HHS-NIH-NIDA-SSSA-PSOL-2017-610. Responses must be submitted electronically to Andrea McGee amcgee@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-PSOL-2017-610 on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2017-610 /listing.html)
 
Place of Performance
Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04643805-W 20170825/170823233835-7e8aa1d03d6e429d0d9e4c15f83c0148 (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.