Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

66 -- Modulatable Blue and Yellow Diode Laser System for NINDS - FAR 212-5 Applicable Clauses - FAR 52.212-3 Reps and Certs

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIH-NIDA-CSS-18-4819265
 
Archive Date
2/20/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3, 'Offeror Representations and Certifications -- Commercial Items' FAR 52.215-5, 'Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items' Applicable Clauses COMBINED SYNOPSIS / SOLICITATION Title: Modulatable Blue and Yellow Diode Laser System for NINDS 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 NIH-NIDA-CSS-18-4819265 and the solicitation is issued as a request for quotation (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The associated NAICS code is 334516, "Analytical Laboratory Instrument Manufacturing" and the small business size standard is 1,000 or fewer employees. This acquisition is unrestricted, with no small business restrictions. Both large and small business offers shall be considered for award. Contract Type A firm-fixed price type contract is contemplated for this requirement. Statement of Need and Purpose : The purpose of this acquisition is to acquire high-quality lasers and their associated components. These items will form the foundation of the research conducted in the Integrative Neuroscience Section (INS) into the neural basis of normal and disordered learning and memory processes. Background Information and Objective : Research in the INS probes the neural circuit basis of normal working memory, and characterizes the neural circuit and working memory dysfunction in a mouse models of genetic susceptibility to schizophrenia and related disorders. INS members use in vivo electrophysiology and other neural circuit tools to record the function of discrete cells and circuits in freely moving mice, and use optogenetic tools to control this function in real-time during behavior. INS focuses on understanding the neural computations within, and circuit-level interactions between, the prefrontal cortex (PFC), hippocampus, and thalamus of the mouse. The ability to administer laser light into the brains of freely moving rodents is required for the research conducted in the INS. Generic Name of Product : Lasers and associated components for optogenetic manipulations in freely moving mice. Salient characteristics : The system must have the following requirements below: Four separately functioning laser units with single outputs for each (idea is to have one 473 nm laser and one 561 nm laser in a given room with the ability to control one 473nm and one 561nm laser simultaneously from the safe software interface): - Modulatable Blue Laser Diodes (Quantity 2: each housed independently of the other [plan for one to be used in each room]) -- must have the following specifications: - Wavelength, 473 nm - Power: 100 mW - Beam Divergence: < 1.2 mrad - Beam Diameter at aperture: 700 um or less - Noise (at 250 Hz-2 MHz): < 0.2% rms - Power stability (over 8 hours): < 1% - Digital Modulation: - Bandwidth Range: DC to 150 MHz - Rise/Fall Time: < 2.5 ns - Analog Modulation: - Bandwidth Range: DC to 2 MHz - Rise/Fall Time: < 300 ns - Lifetime of at least 15,000 hours of continuous operation - Multi-Mode fiber - [Preferred] fiber core size 105um - [Preferred] connector type FC/PC - Modulatable Yellow Diode-Pumped Solid State Lasers (Quantity 2: each housed indepently of the other [plan for one to be used in each room]) must have the following specifications: - Wavelength, 561 nm - Power: 50 mW - Beam Divergence: < 1.2 mrad - Beam Diameter at aperture: 700 um or less - Noise (at 250 Hz-2 MHz): < 0.25% rms - Power stability (over 8 hours): < 2% - Digital Modulation: - Bandwidth Range: DC to at least 10 kHz - Rise/Fall Time: < 30 us - Analog Modulation: - Bandwidth Range: DC to 10 kHz - Rise/Fall Time: < 30 us - Multi-Mode fiber - [Preferred] fiber core size 105um - [Preferred] connector type FC/PC - [Preferred] direct modulation without the use of an AOM - Lasers must be: - Able to simultaneously operate in digital and analog modulation modes - Mountable on imperial and metric breadboards - Readily compatible with neutral density filters at the free-space junction between the laser and the fiber coupler - capable of modulation through an accompanying software interface, through LabView programming, and through an independent function generator (sold separately) - Lasers must have: - hermetically sealed laser cavities - fiber collimator mounted on a coaxial coupling cxis with an FC-PC fiber connection - Key Box to Control On/Off Power - Data port to enable digital tracking of laser performance - Lasers must be accompanied by a software interface that allows for: - remote control of real-time and maximum output power - remote switching between modulation modes - setting of input impedance (e.g. 50 Ohm or 1 kOhm) - remote dianostics, modification (e.g. of laser operating temperature), and repair by technical support team to optimize the performance of lasers as they age Delivery Schedule : 30 days after receipt of the order, FOB Destination Warranty: 12 months warranty, unlimited hours of operation. Remote diagnostics of the laser available throughout the life of the lasers. Delivery Location : National Institutes of Health Bldg. 35 35 Convent Drive, Rm. 1C905 Bethesda, MD 20892 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government on the basis of lowest price, technically acceptable. The following factors shall be used to evaluate offers: In addition to price, the Government will award a contract on the basis of technical acceptability in accordance with the Salient Characteristics section of the Purchase Description, the vendor's ability to meet the required delivery schedule contained in the Delivery Date section, and the required warranty as indicated in the Warranty section of the Purchase Description contained in this combined synopsis/solicitation. Past performance shall also be considered. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with ithe quote. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. S ee attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: 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. 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. 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 responses must be received by 5 PM EST February 14, 2018 and reference number NIH-NIDA-CSS-18-4819265. Responses shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov. Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4819265/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04808320-W 20180203/180201232431-63b7c15b72793fd537834059921cd241 (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.