Contact Points
stage (in conjunction with the NCATS Information Technology Research Branch) that is currently being built for the functional assay design of the invitro model. The purpose of this requirement is to obtain an upgrade and additional parts for an in-house Fiber photometry / Electrophysiology recording instrument for (TBPL) within (NCATS), Division of Preclinical Innovation (DPI).
Description of Requirement:
The National Center for Advancing Translational Sciences (NCATS) is a part of the NIH, with a mission to catalyze the generation of innovative methods and technologies that will enhance the development, testing, and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. (NCATS) Tissue Bioprinting Lab (TBPL) has an instrument that combines Fiber Photometry and Electrophysiology recording to be part of the automated
stage (in conjunction with the NCATS Information Technology Research Branch) that is currently being built for the functional assay design of the invitro model. The purpose of this requirement is to obtain an upgrade and additional parts for an in-house Fiber photometry / Electrophysiology recording instrument for (TBPL) within (NCATS), Division of Preclinical Innovation (DPI).
Background Information:
The National Center for Advancing Translational Sciences (NCATS) Tissue Bioprinting Lab (TBPL) has an instrument that combines Fiber Photometry and Electrophysiology recording to be part of the automated stage (in conjunction with the NCATS Information Technology Research Branch) that is currently being built for the functional assay design of the invitro model.
The requested Contractor is the only company who builds a single turnkey instrument which combines these two techniques together to do the lock-in amplifier method of fiber photometry. There are companies who build instruments with either one of the above-mentioned technologies. But not both together. These technologies are basically two different functional readouts as assays. If purchased separately they would cost significantly more, would take up more space on our automated stage which has limited space already, and will take twice as much more scan time per plate. The most cost, space and time-saving instrument is one that is versatile enough to offer both functional readouts in one. This is a very new and state of the art technology.
Lock-in amplification has many benefits. First, it allows for high-fidelity signal detection in noisy environments. Since signals are extracted based on their frequency content, the fluorescent signal is not affected by parasitic room lighting or electronic noise. Additionally, this technique allows for detecting several signals simultaneously off the same fiber optic cable (405 isosbestic, 465 GCaMP, 560 TDtomato, etc.).
This combination provides two functional activities of neuronal networking simultaneously in terms of Calcium activity and electrical potential (extracellular recording). It effectively streamlines our invitro functional model of human addiction brain circuit. This instrument allows scientists in TBPL to screen human cell-based models of opioid misuse, addiction, and pain for the Helping to End Addiction Long-term (HEAL) Initiative.
The NCATS have found that they need to upgrade/add the existing Fiberphotometry instrument which was acquired 2 years ago. This requirement is for the additional part for electrical stimulation (4 channel), which will be needed for neuronal muscle (NMJ project) invitro model functional assay development. In addition to that there is an additional software package to upgrade the existing synapse software to generate electrical pulses.
General Requirements:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:
Specific Requirements:
The Contractor shall provide
RZ_DSP_M
1
DSP for Subject Interface - Upgrade
SI4
1
Z-Series 4-Port Subject Interface
SICRD-S16
2
Stimulator 16-Channel Subject Interface Card
RA4AC1
2
4-Channel Acute Headstage Gain x 1 - Passive for Estim
DBF-miniDBM
2
Female DB25 to Male Mini-D Cable Adapter
Synapse Stim
1
Synapse Software - Stimulation Package
QUOTER TERMS AND CONDITIONS: (To be completed by the Offeror):
1. Period of Performance OR Delivery Date After Receipt of Order:
2. Shipping Point (F.O.B. OR Destination):
3. Payment Discount Terms:
4. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:
5. UEI:
6. Name of Company:
7. Street Address, City, State, Zip code:
8. Name of Person Authorized to Provide Quote:
9. Telephone Number and Email Address of Person Authorized to Provide Quote:
CONTRACT TYPE:
A Fixed-Price type Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is 8/31/2022.
ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov
(End of provision)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov
(End of clause)
The FAR provisions and clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/
1. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (NOV 2021) is applicable to this solicitation.
2. The provisions of FAR Clause 52.212.2 Evaluation—Commercial Items (NOV 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
a. Technical capability of the service offered to meet the Government requirement;
b. Price; and
c. Past performance [see FAR 13.106-2(b)(3)].
3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (NOV 2021), is applicable to this solicitation.
4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (NOV 2021) with Addenda: Stop Work Order, FAR Clause 52.242-15 (AUG 1989) is applicable to this solicitation.
5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JAN 2022) is applicable to this solicitation. See attachment.
In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:
52.204-7 System for Award Management (OCT 2018),
52.204-13 System for Award Management Maintenance (OCT 2018),
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020),
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020).
The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 pursuant to FAR 4.2103 Procedures and submit a completed copy as a separate document with their quotation.
1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
4. NIH Invoice and Payment Provisions (Rev. 2/10/2021)
Delivery Date: The anticipated delivery date will be immediately after date of award, no later than November 1, 2022. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852. A firm fixed price type order is anticipated to be awarded as a result of this RFQ.
SUMMARY STATEMENT:
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall include: the 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.
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.