Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOURCES SOUGHT

66 -- Sources Sought for fixed-wavelength laser

Notice Date
7/10/2023 12:28:19 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
75N95023Q00477
 
Response Due
7/17/2023 1:00:00 PM
 
Archive Date
08/01/2023
 
Point of Contact
JW Terry, Phone: 3018271801
 
E-Mail Address
jw.terry@nih.gov
(jw.terry@nih.gov)
 
Description
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:�In order to study how the brain processes information, it is important to observe the activity of many thousands of neurons that are distributed over many cortical areas, each encoding different kinds of information. The NIMH has a long history of studying such activity in the human brain, which has yielded valuable insights into normal brain function and abnormal brain activity during mental disorders. These non-invasive human studies that explore the whole human brain, however, lack the spatial and temporal resolution and ability to identify brain mechanisms at the level of individual nerve cells. To alleviate these limitations, a recently established 2-photon mesoscope at the NIMH allows for similar brain-wide examinations in the awake rodent, thereby providing an important complement to human studies. This mesoscope represents a state-of-the-art investment of the institute to expand cellular resolution 2-photon imaging to the whole brain of transgenic mice. Its usage bridges the gap between inter-areal fMRI research in humans and corresponding inter-areal research of neuronal dynamics in transgenic mice. However, stable operation of the mesoscope has been extremely challenging to obtain. The original laser design for the mesoscope renders the scope highly sensitive to fluctuations in room temperature and air humidity which impacts the function of the mesoscope. The current purchase remediates this situation by replacing the existing imaging laser system with a more robust, fixed-wavelength laser with integrated pulse dispersion control (GDD). Purpose and Objectives: The Section on Critical Brain Dynamics, NIMH, require a fixed-wavelength laser to replace the tuneable-wavelength laser currently in use for our 2-photon Mesoscope (Thorlabs, Inc.). This mesoscope represents a state-of-the-art investment of the institute to expand 2-photon imaging at cellular resolution to the whole brain of transgenic mice. Its usage bridges the gap between inter-areal fMRI research in humans and corresponding inter-areal research of neuronal dynamics in transgenic mice. Project requirements:� Salient Characteristics Center Wavelength 920 nm (+/- 2nm) Average power ?2.5W after modulator and dispersion precompensation 80 MHz Repetition rate Small footprint TEM 00 beam profile Adjustable high contrast ratio (1000:1) modulation (AOM; Max:Min power) Adjustable dispersion pre-compensation (GDD) up to -30,000 fs2 Pulse duration <150 fs (sech2 pulse shape). Anticipated delivery/period of performance: 6 months ARO 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 or services 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 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 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 the 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 an 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 are not required. The response is limited to a 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 JW Terry, contract specialist,�at jw.terry@us.af.mil. 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 the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure 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 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/df4f4938ddee479a8e965a45113c27da/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06742813-F 20230712/230710230052 (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 |
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.