Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOURCES SOUGHT

66 -- 64-Channel In-Vivo Electrophysiology Recording System

Notice Date
7/14/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-444
 
Archive Date
8/5/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Small Business 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 small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) 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. Purpose and Objectives for the Procurement: The purpose of this potential requirement is acquisition of one (1) 64-Channel In-Vivo Electrophysiology Recording System. This system will be used by the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) to support neurobiology research. Specifically, optogenetics and single-unit recording will be used in combination with contrasted behavioral procedures to explore the inner workings of brain areas and their interactions in precisely defined, behaviorally relevant temporal windows. Project Requirements: The Contractor must be able to provide one (1) 64-Channel In-Vivo Electrophysiology Recording System that meets the following requirements: 1. The system must include a 64-channel data processor with data streamer for the collection and processing of complex neural signals. 2. The system must allow neural signals to be digitized at the headstage for noise reduction. The system headstage must allow for use attached to a rat's head on one side via a secure connection to a 16-tetrode flexdrive electrode, and on the other to an amplifier. 3. The system must process neural signals while allowing for real-time, high-precision closed-loop optogenetic manipulations. 4. Minimum Equipment and Software Requirements: a. 64 channels of data acquisition at >=25kHz b. 16 bits of programmable digital I/O c. bandwidth preamplifier with input impedance ≈100kΩ d. High impedance headstage compatible with NeuroNexus 16 and 64 channel acute silicon probes e. Low sample rate input/output via UDP Ethernet f. Onboard processing and filtering of signals, including threshold-detection sampling and tetrode acquisition g. System must allow for channel acquisition upgrade h. System must allow for continuous streaming upgrade i. Software flexibility for customization of acquisition configuration, real-time monitoring of data, and subsequent analysis j. Software application program interface compatible with additional programming languages i.e. MATLAB Delivery, installation and training shall be performed by the contractor. The system must come with support upon delivery, minimum two year warranty on headstage, and five year warranty on remaining items inclusive of parts and labor. Anticipated Period of Performance: It is expected that the above described project requirements will be delivered within 10 weeks after receipt of award. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-444/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03424523-W 20140716/140715000341-dda5b205a842a3f3cfbbd7b839b65bf8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.