The RFP Database
New business relationships start here

Optogenetic Accessories


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PRE-SOLICITATION NOTICE OF INTENT
NON-COMPETITIVE


INTRODUCTION
PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION.


THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).


The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Drug Abuse intends to negotiate and award a contract for Doric Lenses Custom Optogenetic Accessories.



NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 333314 with a Size Standard of 500 employees.



REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95 and 95 January 19, 2017.



STATUTORY AUTHORITY


This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1.


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.


DESCRIPTION OF REQUIREMENT


Project Description
Custom Optogenetic Accessories
1. OTPG_4: Optogenetics TTL Pulse Generator - 4 channels Qty. 5
2. FRJ_1X2i_FC-2FC_0.22: 1X2 Intensity Division Fiberoptic Rotary Joint (Holder Included) Qty. 5
3. MFP_200/230/900-0.48_1.5_m_FC-ZF1.25(F) Mono Fiberoptic Patchcord Qty. 10
4. MFP_200/240/LWMJ_0.22_1m_FC-FCA Mono Fiberoptic Patchcord Qty 12
5. LDFLS_450/075_520/060 Dual LD fiber light source, 450nm-75 mW/520 nm- 60mW Qty. 2
6. LDFLS_520/060_520/060 Dual LD Fiber Light Source, 520 nm - 60mW/ 520nm -60 mW Qty 2


Purpose and Objectives
The Neuronal Circuits and Behavior Unit uses a combination of state-of-the-art optogenetic, electrophysiology, two-photon fluorescence endomicroscopy, immunohistochemistry, and behavioral assays to elucidate the neuronal basis of survival behaviors, such as feeding, and determine how these behaviors are disrupted in eating disorders and drug addiction. Each item in has been thoroughly considered and found necessary for this experiment. The current protocol requires the components, necessary to perform in vivo optogenetic behavior experiments to further elucidate the circuits that are involved in survival behaviors.



Period of Performance
The delivery date has a lead time of 40 days after receipt of order. This shall be a fixed price contract.


CLOSING STATEMENT
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.



Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: 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.


Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.


In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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."
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.


All responses must be received by June 5, 2017 4:00pm eastern standard time and must reference number HHS-NIH-NIDA-SSSA-PSOL-2017-322.


Responses must be submitted electronically to Andrea McGee amcgee@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-PSOL-2017-322
on your electronic request. FAX requests are not accepted.


 


"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."


Andrea McGee, Phone 301480-2449, Email amcgee@nida.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP