Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOURCES SOUGHT

66 -- Fiberoptic Rotary Joints for Optogenetic Research

Notice Date
7/23/2014
 
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-14-481
 
Archive Date
8/13/2014
 
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. Background: The National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Behavioral Neurophysiology Science Section (BNNS) laboratory is interested in the neural circuits mediating associative learning and decision making and how alterations in those circuits contribute to maladaptive behaviors in neuropsychiatric disorders such as addiction. The BNNS uses rats as a model system to study behaviors and neural circuits that are believed to have direct relevance to understanding the human brain. Areas of particular interest include the orbitofrontal cortex, amygdala, striatum, and midbrain dopamine system. The laboratory uses behavioral tasks based on principles derived from learning theory, combined with single unit recording, lesions, pharmacological and genetic manipulations to test hypotheses. The BNNS hypotheses are lifted from the rich traditions of animal learning theory, computational neuroscience, and economics. Behaving animals requires an optical commutator between the light source and the fiber optic that is inserted into the brain to prevent torsion on the fiber optic cable. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure high efficiency fiber-coupled optical rotary joints (also known as commutators) for multimode fibers (1x2 Intensity Division Fiberoptic Rotary Joints) to conduct optogenetic experiments within the NIDA IRP BNNS. This equipment will be used to continue research studies already begun using Doric Lenses rotary joints; to ensure that research data remains standardized, only Doric Lenses equipment will meet the needs of this requirement. Project Requirements: The Contractor must be able to provide the following equipment: 1. Twenty (20) 1x2 Intensity Division Fiberoptic Rotary Joints [Doric Lenses Part No. FRJ_1x2i_FC-2FC_0.22] 2. Twenty (20) Holder for Fiberoptic Rotary Joints [Doric Lenses Part No. Holder_FRJ_large] 3. Forty (40) Mono Fiberoptic Patchcord [Doric Lenses Part No. MFP_200/240/900-0.22_1m_FC-ZF1.25(F)] 4. The contractor must provide for shipping. Anticipated Period of Performance: Delivery is required within thirty (30) days after contractor receipt of order. 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-14-481/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03435991-W 20140725/140724000628-1a67c68ca9f6374650877f20df26d048 (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.