SOURCES SOUGHT
66 -- Smart-Kage System
- Notice Date
- 7/11/2023 9:59:39 AM
- 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
- 75N95023Q00485
- Response Due
- 7/17/2023 2:00:00 PM
- Archive Date
- 08/01/2023
- Point of Contact
- Maggie Brant, Phone: 3018271771, KJ Shaikh, Phone: 3014436677
- E-Mail Address
-
maggie.brant@nih.gov, kj.shaikh@nih.gov
(maggie.brant@nih.gov, kj.shaikh@nih.gov)
- Description
- SOURCES SOUGHT NOTICE Solicitation Number: 75N95023Q00485 Title:� Smart-Kage System Classification Code:� 6640-LABORATORY EQUIPMENT AND SUPPLIES NAICS Code:� 334516 � Analytical Laboratory Instrument Manufacturing Size Standard: 1,000 employees Description:� Smart-Kage System 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 National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting, and making medical discoveries that improve people�s health and save lives. The Rodent Behavioral Core (RBC) is a state-of-the-art research facility designed to provide NIH researchers the capacity to support NIMH and NIH in their behavioral research through facilitating research initiatives by providing assistance in experimental design, training, execution, and analysis of behavioral neuroscience experiments.� The RBC requires a Smart-Kage System for behavioral equipment with comprehensive cognitive, emotive, motor, and appetitive behavioral testing in a seminaturalistic environment with integrated artificial intelligence tracking and computing capabilities for the Rodent Behavioral Core of NIMH. Purpose and Objectives: The purpose of this procurement is acquisition of a Smart-Kage System for behavioral equipment with comprehensive cognitive, emotive, motor, and appetitive behavioral testing in a seminaturalistic environment with integrated artificial intelligence tracking and computing capabilities for the Rodent Behavioral Core of NIMH.���������������� Project requirements: Smart-Kage, quantity 10 Software and PC, quantity 1 Storage Server, quantity 1 Shipping, Installation and Training, quantity 1 Salient characteristics: The system must have the ability to control each cage through a microcomputer that collects both video and sensor data. The system must have the ability to wirelessly transfer the data to the main server and data storage device (NAS) to ensure that no data loss occurs in case of network disruption. The system must have the ability to process and analyze data through AI-based algorithms that combine video and sensor outputs, which is accessible for export for further analysis. The system must have the ability to offer long-term 24/7 video-based monitoring at 5Hz with automated weight monitoring and integrated ammonia measurements, ensuring precise and reliable data. The system must have the ability to utilize AI-powered software that streamlines the experimental pipeline and facilitates data analysis, leading to improved efficiency and reduced errors. System must have fully automated cognitive and behavioral tasks that include but not limited to novel object recognition, object-in-place recognition, T-maze with variable inter-trial intervals, double spatial alternation, water consumption, place preference learning, associative learning, light/dark preference, locomotion activity, and quiescence states. Must have fully automated water restriction using automated water supply system. Must offer a range of ethologically relevant cognitive and behavioral task including:. All devices must be connected in a private network. The main server�s operating system must be Linux Ubunto 22 Must have the dimensions 40x 55 x 50 cm. Must incorporate open-top cages to enable either tethering for optogenetic an fiber photometry or future compatibility with ventilation systems. All of these salient characteristics and specifications must be incorporated into each standalone unit and accessible to the animal at any given time during experimentation. Quantity: (10) Smart-Kage Boxes, (1) Software and PC, (1) Server, (1) shipping, and installation and training Anticipated period of performance: September 1, 2023 or 30 days post ARO Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. 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/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 Maggie Brant at e-mail address maggie.brant@nih.gov. The response must be received on or before July 17, 2023, 5:00 pm, 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/8f66eb9ef0b64209b4794baecead1c6b/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06744771-F 20230713/230711230058 (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 |