NIH-NINDS - 22-005395 - Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Leica VT1000s Vibratome
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Valerie
Gregorio
valerie.gregorio@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1,000 employees
FPDS Classification Code
N/A
Estimated Period of Performance
N/A
Delivery of Goods
BLDG 35 RM 3B-211
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Government Scientific Source
Address
12351 Sunrise Valley Drive
Reston, Virginia 20191
United States
Single-Sole Source Determination
Scientists from the Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS) investigated the current offerings of multiple leading companies, including Leica Biosystems, World Precision Instruments, Ted Pella, and Precisionary Instruments, through extensive online research including company websites, brochures, and search engines (e.g. Google search with keywords “vibratome”). This search determined that the Leica Biosystems product VT1000s met all of the laboratory’s technical requirements.
The prices included here derive from an estimate from reseller Government Scientific Source.
Background/Description of Requirement

The LCSMS studies fundamental issues of synaptic transmission, neuronal excitability, neuromodulation, and neural circuit activity using animal models (principally, the mouse). These issues are related to human neurological disorders, such as Alzheimer’s and other neurodegenerative disorders, and are explored in brain areas including (but not limited to) the amygdala, basal forebrain cholinergic areas, the ventral hippocampus, and the prefrontal cortex.

One major line of research employs brain slice imaging. For this research, the LCSMS requires one vibratome capable of producing brain slices from fixed tissue of the highest quality.

 

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.