SPECIAL NOTICE
A -- nVoke Miniature microscope
- Notice Date
- 6/22/2021 12:14:43 PM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- HHSNiNSCOPIX062121
- Response Due
- 7/5/2021 7:00:00 AM
- Archive Date
- 07/20/2021
- Point of Contact
- MOE FILALI, Phone: 3018277737
- E-Mail Address
-
Moe.filali@nih.gov
(Moe.filali@nih.gov)
- Description
- DESCRIPTION: The National Institutes of Health- NIAAA intends to procure the services of a contractor to provide an upgrade to a 2020 acquired nVoke miniature microscope (Awarded PO #:75N98020P02695) to nVue Microscope. This upgrade will allow the Lab team to image two distinct cell populations in freely-behaving rodents. Inscopix, Inc. is the unique and only provider of miniature microscope technology that enables neuroscientists to both simultaneously image and optogenetically manipulate large-scale cellular brain activity in freely behaving rodents. This revolutionary equipment enables researchers with a greater neural circuit insight in function and behavior and accelerates therapeutic development for several brain related disorders. The Lab would like to upgrade to an nVue system from an already acquired nVoke 2.0 system, for in vivo research to conduct pre-clinical protocols in her laboratory. Below are a list of the supplies and services to be required: Trade-in of single-color (nVoke 2.0) for a dual-color system nVue Integrated Imaging and Optogenetics System for in vivo research. �Application Module. �ProView Integrated Lens 0.66mm x 7.5mm. �Accelerate Training Workshop. �Field Scientific Consultant On-Site Training. �Inscopix Care (1-yearstandard manufacturing warranty). The nVue system includes a 1-year Inscopix Care subscription that includes free repairs and or replacements for ANY hardware damage, whether caused by user, animal or unknown. Also, complimentary overnight shipping to and from Inscopix. This is a pre-solicitation and a notice of intent to award �a sole-source, fixed price purchase order to Inscopix �Inc., located in Palo Alton, CA 94303 for commercial items prepared in accordance with FAR Parts 12 and 13. It is the intent of the National Institutes of Health (NIH)- NIAAA under the authority of FAR 6.302-1 to procure this equipment on a sole source with a Trade-In value of $69k +15% discount on new uprade).. Inscopix, Inc. is the unique and only provider of miniature microscope technology that enables neuroscientists to both simultaneously image and optogenetically manipulate large-scale cellular brain activity in freely-behaving rodents.� According to the Lab and market research, Inscopix Inc is the �Sole Source� of imaging miniscope for the study of mouse brain cell populations in freely-behaving animals. The reason for trade-in of the equipment is to increase capabilities, from single to a dual fluorescence, which allow the Lab to image two different neuronal subpopulations simultaneously with a single cell resolution. The government owned equipment instead is capable of recording one population at the time. The new version of this same equipment is a better fit for the research that we are starting at our laboratory. Although any current variable will be introduced futures studies will be less cost effective if we should study one neuronal population at the time. In order to comply with the requirements in this Special Notice # HHSNiNSCOPIX062121, the responses should be based on our interpretation of the general requirements provided above. The proposed contract action is for a �continuation of / follow-on similar services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. �However, interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice is not a request for competitive quotes but all quotes received within the time and date of publication of this "" Notice� will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a future competitive procurement. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration/SAM and submit a price quotation by 10:00 am, ET on July 05, 2021. Offerors should submit one copy of the quote to MOE FILALI via email. Electronic transmissions to Moe.Filali@nih.gov are preferable but must be timely. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. This is a �special Notice�/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation number is HHSNiNSCOPIX062121� and is issued as a Request for Quotation (RFQ).� The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2019-05.� Additional Provisions: At any time during the life of this contract, the Government may also request new or revised products and services under this contract. New or revised products may include, but are not limited to, existing products at a higher license count, new versions of existing products and/or additional products not currently included under this contract.� Quoted prices for new or revised products and services shall be constructed in accordance with the pricing structure guidelines established at the time of the original contract award. Discounts shall be at the same or greater discount level as the original contract award product prices. The Government reserves the right to accept all, none, or some of the requested changes. Any requested changes shall become effective ONLY upon written acceptance by the Contracting Office. 52.239-1 Privacy or Security Safeguards (AUG 1996) ����� (a) The Contractor shall not publish or disclose in any manner, without the Contracting Officer�s written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the Government. ����� (b) To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor�s facilities, installations, technical capabilities, operations, documentation, records, and databases. ����� (c) If new or unanticipated threats or hazards are discovered by either the Government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party. 352.224-71 Confidential Information (DEC 2015) (a)�Confidential Information, as used in this clause, means information or�data�of a personal nature about an individual, or proprietary information or�data�submitted by or pertaining to an institution or organization. (b)�Specific information or categories of information that the Government will furnish to the Contractor, or that the Contractor is expected to generate, which are confidential may be identified elsewhere in this contract. The Contracting Officer may modify this contract to identify Confidential Information from time to time during performance. (c)�Confidential Information or records shall not be disclosed by the Contractor until: (1)�Written advance notice of at least 45 days shall be provided to the Contracting Officer of the Contractor's intent to release findings of studies or research, to which an�agency�response may be appropriate to protect the public interest or that of the�agency. (2)�For information provided by or on behalf of the government, (i)�The publication or dissemination of the following types of information are restricted under this contract: [INSERT RESTRICTED TYPES OF INFORMATION. IF NONE, SO STATE.] (ii)�The reason(s) for restricting the types of information identified in subparagraph (i) is/are: [STATE WHY THE PUBLIC OR GOVERNMENT INTEREST REQUIRES THE RESTRICTION OF EACH TYPE OF INFORMATION. ANY BASIS FOR NONDISCLOSURE WHICH WOULD BE VALID UNDER THE�FREEDOM OF INFORMATION ACT�IS SUFFICIENT UNDER THIS CLAUSE.] (iii)�Written advance notice of at least 45 days shall be provided to the Contracting Officer of the Contractor's intent to disseminate or publish information identified in subparagraph (2)(i). The contractor shall not disseminate or publish such information without the written consent of the Contracting Officer. (d)�Whenever the Contractor is uncertain with regard to the confidentiality of or a property interest in information under this contract, the Contractor should consult with the Contracting Officer prior to any release, disclosure, dissemination, or publication. Section 508 of the Rehabilitation Act (29 U.S.C. � 794d) Software with Graphic User Interface (GUI) must comply with the Section 508.� Please provide statement on quote that software is 508 compliant. The Section 508 standards applicable to this contract/order are identified below: a.������� A text equivalent for every non-text element shall be provided (e.g., via ""alt"", ""longdesc"", or in element content). b.������ Documents shall be organized so they are readable without requiring an associated style sheet. c.������� Row and column headers shall be identified for data tables. d.������ Pages shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz. e.������� A text-only page, with equivalent information or functionality, shall be provided to make a web site comply with the provisions of this part, when compliance cannot be accomplished in any other way. The content of the text-only page shall be updated whenever the primary page changes. f.������� When pages utilize scripting languages to display content, or to create interface elements, the information provided by the script shall be identified with functional text that can be read by Assistive Technology. g.������ When a web page requires that an applet, plug-in or other application be present on the client system to interpret page content, the page must provide a link to a plug-in or applet that complies with 1194.21(a) through (l). h.������ When electronic forms are designed to be completed on-line, the form shall allow people using Assistive Technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. i.������� A method shall be provided that permits users to skip repetitive navigation links. The contractor must provide a written Section 508 conformance certification due at the end of each order/contract exceeding $100,000 when the order/contract duration is one year or less.� If it is determined by the Government that EIT products and services provided by the Contractor do not conform to the described accessibility in the Product Assessment Template, remediation of the products and/or services to the level of conformance specified in the vendor's Product Assessment Template will be the responsibility of the Contractor at its own expense. In the event of a modification(s) to the contract/order, which adds new EIT products and services or revised the type of, or specifications for, products and services the Contractor is to provide, including EIT deliverables such as electronic documents and reports, the Contracting Officer may require that the contractor submit a completed HHS Section 508 Product Assessment Template to assist the Government in determining that the EIT products and services support Section 508 accessibility requirements. Instructions for documenting accessibility via the HHS Section 508 Product Assessment Template may be found at http://508.hhs.gov. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer.� The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition.� FAR Clause 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment; FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR Clause 52.213-4 to reflect the changes in FAC 2019-05 and FAR Clause 52.244-6 to reflect the changes in FAC 2019-05.� The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size.� The clauses are available in full text at http://www.arnet.gov/far.� Interested vendors capable of providing the Government with the equipment specified in this synopsis should submit their quotation to the below address.�� The quotation must reference �Solicitation number� HHSNiNSCOPIX062121� .� All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.� Quotations must be submitted by email to Moe.filali@nih.gov.��� Faxed copies will not be accepte The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c6ca4e53130145a98e43b4789208476a/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06038258-F 20210624/210623205054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |