22-005082

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Replacement towers and motors
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Cheryl
Leone
cleone@mail.nih.gov

Secondary Contracting Officer

Dionne
Draper
dionne.draper@nih.gov
NAICS Code Number
541714
Research And Development In Biotechnology (Except Nanobiotechnology)
FPDS Classification Code
6640
Delivery of Goods
90 days ARO
Competition Status
Brand Name Only
Vendor Name
NAN Instruments LTD
Address
9 Hayetzira st.
P.O. Box 21011
Nazareth Illit, 1784014
Israel
Single-Sole Source Determination
The essential characteristics of the towers and motors that limit the availability to a sole source are 1) NAN Instruments is the only commercial entity that can supply replacement parts for the NAN electrode positioner system. 2) The NAN Instruments system is proprietary. 3) any change in a different positioner system would introduce an unacceptable interruption in the research program because it would require re-tooling the highly integrated experimental apparatus. Only the suggested source can furnish the requirements, to the exclusion of other sources, because they are the only source for these replacement parts.
Background/Description of Requirement

The Laboratory of Neuropsychology investigates higher brain functions such as learning, memory and reward related decision making. Electodes are used to for recording brain activity associated with motivated behaviors and to study pathways involved in decision making. Electrodes are lowered into the brain each day under the control of a highly precise positioning systems. This purchase is to replace key elements of our positioning systems. Some of the motors and “towers” (that hold the electrodes) that have worn out over years of operation and must be replaced. Because we are starting multiple recordings at the same time, we need every tower and motor fully operational. The recordings will lead to a better understaning of how different brain regions contribute to making both adaptive and maladaptive behaviors. Understanding these fundamental processes is an important part of the mission of the NIMH.

The towers and motor are part of an intricate system that allows us to achieve the required recordings. Our system is designed to used these specific towers and motors. The motors and towers are proprietary to NAN Instruments, Ltd. NAN Instruments is the only supplier of these parts.

Replacing the system with a system by another vendor is not possible at this time. It would require re-tooling of the many complicated components that must work in concert for the necessary recordings. Re-tooling would lead to a major disruption of the research. Further, purchasing an entire replacement electrode positioning system would not be cost-effective. Any such system would be far more expensive than the current purchase request.

This order is not a continuation or renewal of a previous purchase order.

Description:

  1. Electrode positioner tower tested in nonhuman primates
  2. Vertical distance 150 mm
  3. Speed range 1 micron/sec to 200 microns/sec
  4. Resolution 1 micron
  5. Up to 15 electrodes independently controlled
  6. 1 mm spacing between electrodes
  7. Fixed backlash that is fully compensated in software
  8. Handles single wire or linear array electrodes
  9. Integrated, adjustable guide canula
  10. 100% compatible with NAN Instrument platform and electronic hardware

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.