NIMH25001743_1

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Fiber Photometry Processors
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Joe
Kennedy
joseph.kennedy@nih.gov
NAICS Code Number
334519
Tucker Davis Technology RZ10x Base Processor, digital output adapters, integrated current drivers.
Small Business Size Standard
600 Employees
FPDS Classification Code
R499
Estimated Period of Performance
4/1/2025 - 3/31/2026
Delivery of Goods
N/A
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Non-Competitive
Vendor Name
Tucker Davis Technologies Inc.
Vendor Address
11930 Research Circle
Alachua, FL 32615
Single-Sole Source Determination
This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization).
Background/Description of Requirement

The Laboratory on Neurobiology of Compulsive Behaviors (LNCBA) aims to understand the causes of substance use disorder (SUD). These processors enable us to record fluorescent neurotransmitters (dopamine, for example) while animals learn and perform behaviors and/or are administered substances commonly misused in SUD. Through these experiments, we learn how dopamine and other neurotransmitters are altered by specific behaviors and substances. 

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.