Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

66 -- Multichannel chronic electrode implants

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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-SBSS-2017-106
 
Archive Date
1/19/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 301 827 5304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Small Business Sources Sought (SBSS) 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 and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing with associated business size standard 1250 employees. BACKGROUND The National Institute of Mental Health (NIMH) is one of 27 Institute Centers at the National Institutes of Health (NIH) committed to making important discoveries that improve health and save lives. NIMH is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The Section on Cognitive Neurophysiology and Imaging (SCNI) at NIMH is driven by the long term goal to understand the large-scale organization of visuoperceptual processing in the brain. The SCNI visual impression of the world arises as the brain registers and interprets images falling on the retinae. It is well known that neurons in different cortical areas respond selectively to image features, and it is thought that this analysis proceeds in a hierarchical fashion. Yet, these insights do leave open the question of where and how visual perception emerges from neural responses. The SCNI perceptual experience has simultaneous access to simple features (e.g. color and brightness), intermediate ones (e.g. shape and geometric arrangement), and semantic qualities (e.g. identity and meaning), suggesting that its neural origins are complex. To study this challenging topic, SCNI combines approaches to both temporarily perturb and simultaneously measure brain activity during different perceptual states. PURPOSE AND OBJECTIVES SCNI has a potential requirement for multichannel chronic implanted electrode for recording cortical layers in electrophysiology experiments involving non-human primates. This potential requirement is for multi channel micro wire arrays for conducting longitudinal electrophysiology and functional magnetic resonance imaging experiments to study the neural circuits associated with sensoricognitive processing in the brain. In addition to monitoring multiple neurons simultaneously and tracking changes over time, multichannel microelectrodes are needed to function in combination with functional resonance imaging (fMRI). The purpose of this potential requirement is to implant chronic multichannel electrodes, in non-human primates, to record the same neural circuits over time with ability to perform fMRI while collecting electrophysiology data. SCNI employs a convergence of the latest technical methods of electrophysiology and neuroimaging. Recent advances in electrode technology have improved efficiency in sampling of neural signals by simultaneous measurements across multiple sites as well as allowed for longitudinal sampling of these same sites across durations of weeks and months. PROJECT REQUIREMENTS Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government features of this potential requirement. Offerors to this Small Business Sources Sought notice MUST document evidence of being able to achieve the following critical elements of this potential requirement. Offerors shall specify the sensitivity, reproducibility, and throughput factors, and any other qualifications the Offeror deems applicable for the subject requirement. Specifically, Offerors to this Small Business Sources Sought notice shall be capable of providing the subject supply in accordance to the following specifications: Multichannel NiChrome with small diameter (example 0.005") mirco wires, with polyimide insulation; One ground wire extending from connectors ; length variable depending on electrode placement (example: 100mm length); One reference wire, exposed (a predetermine length example: 2mm) extending from recording wires within the array; Ground and reference wires attached to MRI Compatible ground and reference connector contacts; All multichannel wires (example 129, 257, 513 wires) retrofitted into specified length Microfil tube (example 55mm), with all wires extending beyond the Microfil tube a predetermined length per order specifications. Period of Performance: The aniticpated period of performance for this potential requirement will be effective on or around February 2017 for one base year period of performance and the option to exercise four (4) additional one-year periods of performance. The Government's expected delivery date of chronic electrode implants is 5-8 weeks after receipt of an order by the Government. Delivery shall be made to a Federal facility located at 49 Covent Drive; Bethesda, MD 20892. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide clear and convincing evidence of their capability to analyze samples described in this announcement on a system capable of achieving the scale described in this announcement. Detailed past experience in implementing similar requirements to the requirement described in this announcement must be clearly delineated in any response provided and include the specific items delivered. Evidence of published manuscripts or other documentation produced in this or a related field may be used to support past experience. Respondents must provide clear and convincing documentation of their capability in providing the analytical quality control and other requirements described in this notice. Respondents may provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient detail of the respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts or orders, including references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. 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 must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) pages. This page limit does not include the cover page, executive summary, CV's or references if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must reference the solicitation number and be submitted to Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before the closing date and time specified in this announcement. CONCLUDING STATEMENTS 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2017-106/listing.html)
 
Record
SN04359640-W 20161224/161222235449-74f3ec0af22d3cbbf5302b88d8ce3a52 (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.