SOURCES SOUGHT
66 -- Surgical Neuronavigation System for Nonhuman Primates
- Notice Date
- 7/22/2022 5:00:10 AM
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00422
- Response Due
- 7/28/2022 8:00:00 AM
- Point of Contact
- Michael Horn, Christopher Michael Halstead
- E-Mail Address
-
michael.horn@nih.gov, christopher.halstead@nih.gov
(michael.horn@nih.gov, christopher.halstead@nih.gov)
- Description
- Update #0001: The closing date has been extended as follows: The response must be received on or before July 28, 2022, 11:00, am, Eastern Time. The NAICS Code has been revised: From:�334516 Analytical Laboratory Instrument Manufacturing To: 334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing� SOURCES SOUGHT NOTICE Solicitation Number: 75N95022Q00422 Title:� Surgical Neuronavigation system for nonhuman primates Classification Code:� 6640 - LABORATORY EQUIPMENT AND SUPPLIES NAICS Code:��334118 Computer Terminal and Other Computer Peripheral Equipment Manufacturing� Size Standard: 1,000 employees Description:� Neuronavigation System, Installation, and Training This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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.� This notice is strictly for research and information purposes only. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� The Laboratory of Neuropsychology investigates higher brain functions such as stimulus encoding, reward based learning, and stochastic decision making. We are working to implement sophisticated, cutting-edge molecular tools that permit the modulation of specific pathways and cell types in the study of higher brain functions. This approach requires the precise spatial targeting of viral vectors into circumscribed neuroanatomical regions of nonhuman primate brain. The purpose of this requirement is to obtain a validated, highly accurate surgical neuronavigation system specifically for nonhuman primates. Purpose and Objectives: Without the neuronavigation system, the Laboratory of Neuropsychology would have to continue using targeting approaches over a decade old with a lower level of accuracy that preclude the study of small inaccessible structures, such as the monoaminergic nuclei of the midbrain. Project requirements: Surgical neuronavigation system for nonhuman primates: Salient characteristics 4 x high resolution IR cameras (1.3 MP) with a frame rate of 180 Hz. Navigation computer with graphics card. Wireless navigation system Ultra-precise measurement probe. Vacuum tip adaptor for mounting microelectrode arrays. Camera calibration tool manufactured with laser precision. Adaptor for needle injector tracking tool. Gas sterilizable IR reflective markers. Installation and training. Anticipated period of performance/Delivery Date: 60 days after contract award����������� Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, Contract Specialist at e-mail address michael.horn@nih.gov� The response must be received on or before July 28, 2022, 11:00, am, Eastern Time. 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 presolicitation synopsis and solicitation may be published in www.sam.gov. 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
-
SAM.gov Permalink
(https://sam.gov/opp/01e059bdb9994c8f843fe4943134e754/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06399679-F 20220724/220722230117 (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 |