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, 2016 FBO #5349
SOLICITATION NOTICE

66 -- NV-2000A nVista in vivo brain imaging system

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-483
 
Archive Date
8/4/2016
 
Point of Contact
Andriani Buck,
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: NV-2000A nVista in vivo brain imaging system This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-483 and the solicitation is issued as a request for quote (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to Inscopix, Inc. for a NV-2000A nVista in vivo brain imaging system. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Under animal research protocol #1261-15, CMS is studying neurovascular coupling and visualize individual neurons and blood vessels in the living brain. For this, CMS requires an animal model in which a small flap of bone is surgically removed from the skull and replaced by a glass window, so that a microscope can be used to visualize the brain underneath. The NV-2000A nVista in vivo brain imaging system is the only system on the market that (1) facilitates cellular and vascular functional imaging in behaving marmosets and (2) leverages standard rodent behavioral assays and concurrently image activity in hundreds of individual, genetically identified neurons in behaving marmosets. If this system was not acquired, CMS would be unable to complete the research under animal research protocol #1261-15. This is patented technology and is unavailable from any other company. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006- 88, dated June 15, 2016. The associated NAICS code is 334516 and the small business size standard is 500.This requirement is not set aside for small business. Background Information The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Unlike any other organ of the body, the brain is critically dependent on a continuous blood supply. Due to its high-energy demands, the brain operates under a tight coupling of neuronal electrical activity to the hemodynamic regulation of energy supply and waste removal. The 'neurovascular coupling' entails a complex, highly redundant array of signaling mechanisms aimed at maintaining homeostasis of the brain parenchyma by regulating cerebral blood flow (CBF) on a precise spatial and temporal domain. There is increased evidence that such mechanisms result from an integrated action of neurons, glia and blood vessels, which form a 'neurovascular unit' acting at the cellular level to regulate local CBF. Disruption of these mechanisms causes brain dysfunction and disease. Therefore, it is imperative to study the mechanisms of neurovascular coupling. The Cerebral Microcirculation Section (CMS) has a long-standing interest in imaging individual neural and blood vessels in sensory cortices under normal and pathological conditions, and the marmoset is our main animal model. To study neurovascular coupling, CMS needs to visualize individual neurons and blood vessels in the living brain. For this, CMS requires an animal model in which a small flap of bone is surgically removed from the skull and replaced by a glass window, so that a microscope can be used to visualize the brain underneath. The NV-2000A nVista in vivo brain imaging system facilitates cellular and vascular functional imaging in the behaving marmoset. Purpose or Objective of the Requirement The purpose of this acquisition is to procure one (1) NV-2000A nVista in vivo brain imaging system, a specialized and patented miniature implantable microscope used in the brain. Equipment Specifications The contractor shall provide the NINDS Cerebral Microcirculation Section with (1) NV 2000A nVista brain imaging system as follows: QuantityProduct CodeDescription 1ATWR-1ACCELERATE Training Workshop Registration: ACCELERATE Training Workshop Registration - 1 Lab Member. Seat is valid for 1 year only. Training shall be held at the contractors training facility in Palo Alto, CA. Training shall be conducted by Ph.D. level scientists. 1IC-1000Inscopix Care: Contractor shall provide a price for each system for one year warranty coverage which shall include: - Free repairs and/or replacements for ANY hardware damage, whether caused by user, animal, or unknown - Complimentary overnight shipping to and from Inscopix - In-depth technical and application science support, including continued access to all nVista HD Support Program and Inscopix Community resources (an on-line forum where the user community can post questions and obtain technical and scientific input) 1NV-2000AnVista Starter Package: 1) One nVista in vivo brain imaging system comprised of: - Miniature microscope - Data acquisition hardware module - Data acquisition software - Accessory Kit 2) Mosaic Data Analysis Software Suite - One (1) License 3) 1:1 Scientific and technical support via email/phone/Skype 4) Online knowledge base, including user manuals, training videos, protocols, application notes. 3100-000592ProView TM Lens Probe 1.0mm diameter, ~4.3mm Length Prism Probe Contract Type A firm fixed price contract is anticipated. Delivery and Place of Performance The Contractor shall deliver and install the required equipment within 60 days of receipt of order. Delivery must be FOB and delivered during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday) to National Institutes of Health, NINDS, 49 Convent Drive MSC 4478 Building 49, Room 3C55, Bethesda, MD 20892-4478. Warranty The contractor shall certify that its products/services are free from defects in material and workmanship and will substantially conform to applicable published specifications for a period of 1 year from the date of delivery to the Government. The Government will notify the contractor promptly in writing upon discovery of any defect in the Products/Services. The contractor shall exclusive remedy for Products/Services that fail to conform to this warranty and repair or replace such nonconforming Products/Services. With mutual agreement between the Government and the Contractor, non-conforming equipment shall be returned in accordance with the Contractor's Return Materials Authorization (RMA) policies. The Government understands that products/services or parts that have been subject to abuse, misuse, accident, alteration, neglect, unauthorized repair or installation are not covered by warranty. Training Off-site training must take place within one (1) year of equipment delivery. Training shall be for one (1) individual over a two (2) day period for duration of at least eight (8) hours per day. Training shall take place between the hours of 8:00am and 5:00pm, off site-training facility local prevailing time, Monday through Friday. Training shall be conducted by at least three (3) qualified Ph.D. Level scientists. The training shall consist of live animal and experimental demonstrations of the NV 2000A nVista brain imaging system. Contractor shall provide all training materials (e.g. presentations, study guide, user guide, etc.) Contractor shall provide unlimited access to on-line training materials (videos, guides, user manual, etc.) technical and scientific support services from Ph.D. level scientists via e-mail, telephone or video conference (e.g. Skype) within the warranty period. APPLICABLE CLAUSES The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-2 is not applicable to this requirement. The offeror will be evaluated in accordance with FAR 13.106. Specifically, award will be made to the offeror whose proposal/quote represents the best value to the government taking into account the ability to meet the specifications contained herein, delivery schedule, training, warranty, and costs. Offerors shall provide documentation such as descriptive literature as evidence of meeting the requirements outlined in the solicitation. Past performance shall be demonstrated by providing reference as evidence of timely delivery, installation and training on the same or similar equipment. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR Clause 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements (April 1984) is applicable to this contract. ARTICLE G.1. CONTRACTING OFFICER'S REPRESENTATIVE (COR) applies to this acquisition. The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD at time of award The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. [The alternate COR is responsible for carrying out the duties of the COR only in the event that the COR can no longer perform his/her duties as assigned.] The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change its COR designation. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by July 20, 2016 at 4:00 pm EST and must reference number HHS-NIH-NIDA-SSSA-CSS-2016-483. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-483 /listing.html)
 
Record
SN04182391-W 20160716/160714234609-2977257f273fa56d56d0c9a4d2d52f3f (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.