Contact Points
The National Institute of Neurological Disorders and Stroke (NINDS) is establishing a new laboratory: the Spatial Navigation and Memory Unit (SNMU). The SNMU will use cutting-edge imaging and behavioral approaches to investigate the neural bases of spatial navigation and memory at the circuit, synaptic, molecular, and cellular levels. The SNMU will also conduct experiments on animal models (principally, mice), which will involve microinjection of viral or other compounds into specific areas of the mouse brain and in vivo two-photon imaging. To accomplish accurate injection, the SNMU requires the following equipment: a micropipette puller, a motorized micromanipulator, a microelectrode beveler system with 40X stereo scope, WF20X/12 eyepieces (pair only), degreaser bottle, and beveler pedestal oil.
The Contractor shall deliver and install the equipment items within 45 days after receipt of the purchase order.
The equipment shall be delivered to the NIH Main Campus Building 35, 35 Convent Drive, Bethesda MD 20892, between the hours of 8:00am and 5:00 pm local prevailing time, Monday through Friday.
Delivery must be Freight on Board (FOB) destination and include inside delivery. In addition, on-site training must take place within two weeks of equipment delivery; be performed by an Original Equipment Manufacturer (OEM) certified service technician; and consist of setup, installation, and on-site one-day training session for approximately ten NIH staff members.
Summary Statement:
This notice is not a request for competitive proposals.
It is anticipated that a solicitation will be issued on or about June 4, 2020. Interested parties may request a copy of the solicitation or identify their interest and capability by contacting the contract specialist specified in this announcement.
All responses to this pre-solicitation notice must reference the announcement number specified above.
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.