SOURCES SOUGHT
66 -- Lux Fiber Photometry System
- Notice Date
- 7/7/2023 1:05:28 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00460
- Response Due
- 7/12/2023 1:00:00 PM
- Archive Date
- 07/27/2023
- Point of Contact
- Robert Bailey, Phone: 13014517586, Josh Lazarus, Phone: 3018276923
- E-Mail Address
-
rob.bailey@nih.gov, josh.lazarus@nih.gov
(rob.bailey@nih.gov, josh.lazarus@nih.gov)
- Description
- The National Institute on Drug Abuse (NIDA), Intramural Research Program (IRP) Cellular Neurobiology Research Branch (CNRB) is seeking Capability Statements from Other Than Small Business organizations under the North American Industry Classification System (NAICS) code 334516, that are manufacturers of a brand name or equal Tucker-Davis Technologies, Inc. Lux Fiber Photometry System to be used to measure the release of neurotransmitters in awake behaving animals during various behavioral tasks, such as food and drug reward paradigms. This instrument is necessary to provide ongoing support for NIDA IRP�s CNRB. 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: (1) the availability and capability of qualified business sources; and (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The established NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. The U.S. Small Business Administration establishes a size standard for 334516 as 1,000 employees or less. BACKGROUND INFORMATION AND OBJECTIVE: The NIDA IRP Mission is to conduct state-of-the-art basic, preclinical and clinical research on mechanisms that underlie substance use disorders, addiction and relapse. Ultimately we hope to translate these efforts into new methods for the prevention and treatment of substance use disorders highlighting the following: enhancing our research by taking advantage of our unique and outstanding strengths; increasing translational research and fortifying our clinical portfolio; strengthening our basic science with investment in technology; increasing Diversity and Inclusion at all levels; and prioritizing Trans-NIH initiatives and growing strong ties with other institutes. The CNRB is looking to procure a Lux Fiber Photometry System. The Lux Fiber Photometry System will allow CNRB to measure the release of neurotransmitters in awake behaving animals during various behavioral tasks, such as food and drug reward paradigms. Obtaining a brand name or equal Lux Fiber Photometry System would allow CNRB to easily integrate with the labs current behavioral systems. In addition, the integrated software application is user-friendly and allows for easier setup and troubleshooting, real-time assessment of collected data, and control of behavioral instrumentation. REQUIREMENT: One brand name or equal Tucker-Davis Technologies, Inc. Lux Fiber Photometry System with the following equivalent component parts: Lux Fiber Photometry Workstation: 6-Channel LED Driver, 4 Photosensor Inputs (RZ10x) Lux Integrated UV LED: 405 nm (LX405) Lux Integrated Blue LED: 465 nm (Lx465) Lux Integrated Lime LED: 560 nm (Lx560) Lux Integrated Red LED: 635 nm (Lx635) Two (2) Lux Integrated Photosensors (LxPS1) Lux Integrated Power Meter (LxPM1) Fiber Cable Kit for RZ10: 3 colors ((LXFX-KIT-3C) Experiment Control Workstation (WS-4) 22 Inch Widescreen LCD Monitor (Monitor) Interface Console Deuce (iCon2) High Voltage (28V) Control Interface 8-Port + Manifold (iH8) Aversive Stimulator (iS9) Synapse Software - Synapse Coder Package (Synapse PC) Shall include installation, in-person onsite training and an extended warranty. Salient Characteristics: The following features/characteristics are required for this requirement: Capability to record and view fluorophore responses in real-time while behavior and video data is automatically time-locked. Built-in LED drivers, LEDs and photosensors. Capability to record from two subjects or sites simultaneously. Capability to record GCaMP and RCaMP responses from up to two sites with interchangeable LEDs. Capability to provide real-time signal visualization. Capability to integrate third party behavioral boxes with fiber photometry recordings and view evoked responses in real-time. Capability to synchronize video recordings from up to two USB cameras. Capability to record neural responses, including single and multi-unit activity. Capability to export data to third part analysis software. Lock-in Amplification capability to detect and extract small fluorophore responses from the raw signal in real-time. Anticipated Delivery Date: This equipment shall be delivered 10 to 12 weeks after contractor receipt of Purchase Order. INSTRUCTIONS: Companies that believe they possess the capabilities to provide the required product should submit documentation of their ability to meet each of the requirements to the Contracting Officer. The capability statement must specifically address each of the 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. The established NAICS code is 334516. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents� (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. The information submitted must be in an outline format that addresses each of the elements of the requirement and in the capability statement paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Rob Bailey at Rob.Bailey@nih.gov, NO LATER THAN 4:00 p.m. EST on July 12, 2023. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 pre-solicitation synopsis and solicitation may be published on 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/fddc3f43e60d4ab8b7f337d0fddd4a24/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06741110-F 20230709/230707230047 (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 |