NIA 23-010208

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
NeuroInfo Software License with Workstation
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
513210
Software Publishers
Small Business Size Standard
$47M
FPDS Classification Code
7A21
Delivery of Goods
90 Days After Award
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
MicroBrightField, LLC. (dba MBF Bioscience)
Vendor Address
185 Allen Brook Lane - Suite 101 - Williston, VT 05495 USA
Single-Sole Source Determination
Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to MicroBright Field, LLC (dba MBF Bioscience) 185 Allen Brook Lane - Suite 101 Williston, VT 05495. The essential characteristics of the Neurolink brain mapping software that limit the availability to a sole source are, the NeuroInfo system automatically registers mouse brain sections to the Allen Mouse Brain Reference Atlas, enabling automatic identification and delineation of anatomies in section images for subsequent analyses. The package includes BrainMaker for auto-alignment of scanned serial sections to create high resolution 3D volumes. As such, NeuroInfo is a unique program that performs functions that cannot be found in any other commercial or open-source system. MBF Bioscience, Inc. is the manufacturer and sole distributor of NeuroInfo in North America. Only this suggested source can furnish the requirements, to the exclusion of other sources.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.

The purpose of this acquisition is to purchase NeuroInfo Info Software License with Workstation for the National Institute on Aging (NIA), Laboratory of Neurogenetics (LNG).  The NIA/LBG is dedicated to advancing understanding of the underlying causes of neurodegenerative diseases, with a primary focus on Parkinson's Disease, ALS, and Alzheimer's Disease. The laboratory employs various research strategies to elucidate the pathological mechanisms involved in these diseases. One important avenue of investigation involves the comprehensive study of circuits, neuronal populations, and the expression of biochemical markers crucial for motor control and learning.  This will be accomplished by leveraging widely accepted brain atlases as a reference for anatomical analyses.  NeuroInfo enables whole brain investigation of circuits, neuronal populations, and biochemical marker expression using widely accepted brain atlases for anatomic reference. Visual and quantitative measurements from 2D and 3D brain images are characterized and visualized within brain region delineations from a standardized reference space.  NeuroInfo supports a variety of brain imaging techniques including whole and semi brain volumes from cleared tissue specimens, serial section series, MRI and micro-CT imagery, and even single serial section whole slide images. Advanced AI segmentation and registration methods provide accurate results that are standardized and repeatable. NeuroInfo simplifies complex computational pipelines into a unified and robust application, greatly aiding our intended data analyses. Furthermore, NeuroInfo can seamlessly integrate with other imaging analysis software utilized in our laboratory, facilitating the exploration of cell-type and circuit-specific mechanisms underlying Parkinson's disease and Alzheimer's disease.

Purchase Description: NeuroInfo Software License with Workstation

Salient characteristics: We require the following system/software characteristics for our research:

  • Ability to align 2D/3D images to the Allen Brain Atlas and/or the Waxholm Rat Brain Atlas
  • Must auto-alignmen scanned serial sections to create high resolution 3D volumes
  • Using deep learning approaches, detect cells and biochemical markers brain-wide
  • Ability to work with 2D whole-slide images from slide scanners
  • Ability to work with 3D images of intact, cleared specimens from light-sheet or confocal microscopes
  • Must produce data that is standardized and reproducible

Quantity:

One (1) NeuroInfo Studio: Automatically delineate and identify mouse brand regions in experimental specimens based on the digital Allen Mouse Brain Atlas

One (1) Complimentary Neurolucida Explorer

One (1) NeurInfo Studio- 1 year Software Upgrade and Support Devices

Two (2) One remote training via telephone and remote online connection

One (1) High performance PC workstation designed and configured for optimal performance for MBF systems

One (1) 28-inch Ultra HD 4K monitor

Contract Type:  A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement: The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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.”

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. NIH BPA Number, if applicable:
  5. SAM UEI Number:
  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:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/:

  1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Mar 2023) is applicable to this solicitation.
  2. FAR Provision 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: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]
  3. FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items (Dec 2022) is applicable to this solicitation.
  4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) is applicable to this solicitation.
  5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2023) is applicable to this solicitation.

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

  1. 52.204-7 System for Award Management (Oct 2018),
  2. 52.204-13 System for Award Management Maintenance (Oct 2018),
  3. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),
  4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
  5. 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83),
  6. HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
  7. FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

The following provisions and clauses apply to this acquisition and are available as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents 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 (Nov 2021)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
  4. NIH Invoice and Payment Provisions

All responses must be received by September 8, 2023 at 12:00 PM and must reference announcement / solicitation number NIA 23-010208. Responses may be submitted electronically to Carla Blalock at carla.blalock@nih.gov. Fax responses will not be accepted.

 

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.