Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOURCES SOUGHT

66 -- Electrophysiological Equipment

Notice Date
7/2/2015
 
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-15-523
 
Archive Date
7/24/2015
 
Point of Contact
Paul C. Marsalese,
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. 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. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing - and the associated small business size standard of 500 employees. Purpose and Objectives for the Acquisition: The mission of the National Institute of Mental Health (NIMH) is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. In pursuit of this mission, NIMH may require electrophysiological equipment to conduct scientific research. Specifically, NIMH may require a low noise data acquisition, microelectrode amplifier, and electrophysiology software. This equipment will allow for in vitro assessment of neuronal circuits in brain slices from mice. This will include investigating the synaptic connectivity of identified neuronal populations as well as their passive and active membrane properties. The electrophysiological equipment must meet or exceed the following specifications: 1. Low Noise Data Acquisition System *Maximum Input Signal (total of noise + signal): +/- 10V *Maximum Noise Amplitude: 20V, peak-to-peak (on a 0 V signal) *Noise Cancellation: Line-Frequency (50 Hz / 60 Hz) and harmonics to 10 kHz *Cancellation Response Time: < 1 Second ANALOG INPUTS *Number of Input Channels: 8 Single Ended *Number of ADCs: 8 *Sampling Rates: 1 Hz - 500 kHz; Maximum aggregate throughput rate is 500 kHz x 8 input channels = 4 Megasamples/s *Resolution: 16-Bit *Input Range: -10.000 V to + 10.000 V * Input Resistance: > M *Gain Value: 1 ANALOG OUTPUTS *Number of Channels: 8 *Number of DACs: 8 *Sampling Rates: 1Hz - 500 kHz *Resolution: 16-bit *Output Range: -10.000 V to + 10.000 V *Output Impedance: < 0.5 *Output Short Circuit to Signal Ground: +/- mA DIGITAL OUTPUTS *Number of Bits: 8 (of16) supported in software *Scope: Dedicated trigger output *Output Driver: Advanced CMOS (AC) Compatible *Output Current: +/- MA Source, Cable *Type: USB 2.0 Braided *Length: 3 Meters TRIGGER INPUTS *Input Type: TTL Compatible *TAG: Rising-edge Sensitive *Start: Rising-edge Sensitive 2. Microelectrode Amplifier Computer-controlled microelectrode current and voltage clamp amplifier for electrophysiology and electrochemistry. Must be capable of single channel voltage patch clamp, high speed current clamp, ion-selective electrode recording, amperometry/voltmattery and bilayer recordings. Must support up to two primary headstages and two option auxiliary headstages. Amplifier must contain a current-to-voltage converter for voltage clamp, and a voltage follower for true current clamp. General Specifications *Dimension (in): 3.5(H) x 19(W) x 12(D) *Weight: 10 lbs *Headstage (in): 0.875(H) x 4.0(W) x 2.3125(D) *Channels: 2 (sharing a common ground) *Communications: USB 1 Type B Female Ports *Rack Use: Standard 19" rack-mount (2U) with handles *Power: 85-260 VAC / 50-60 Hz, 30 W (max) 3. Electrophysiology Software Electrophysiology software must fulfill different experimental needs, such as synchronized stimulation, event detection, and online analysis. Software must be able to monitor both membrane capacitance and access resistance for cell health, either online during acquisition or independently of acquisition. Software should possess a split-clock feature to vary the sampling rate multiple times per sweep. Cursor measurement positions should have the ability to be adjusted online during acquisition to encompass changes in data position. Software should have the capability of setting up long term potentiation depression synaptic experiments. Software should be capable o linking multiple views of the data together. Capability Statement: Contractors that believe they possess the ability to provide the required product should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification 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 Paul Marsalese, Contract Specialist, at Paul.Marsalese@nih.gov in MS Word format within 7 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Concluding Statement: 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 Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government intends to negotiate a fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-523/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03784442-W 20150704/150702234720-e764c77ed53d7ca13126cc0e19d3b881 (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.