Linear Array Electrodes
NOTE: This is NOT a solicitation for proposals, proposal abstracts, or quotations. There is no solicitation available at this time. This is a Small Business Sources Sought notice. This is NOT a solici... NOTE: This is NOT a solicitation for proposals, proposal abstracts, or quotations. There is no solicitation available at this time. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Statement of Need and Purpose: The Laboratory of Neuropsychology investigates higher brain functions such as learning, memory, and reward-related decision making. These studies require electrodes to explore deep structures in the nonhuman primate brain to evaluate the relationship between these structures and primate behavior. Background: The exploration of brain regions known to contribute to reward-related behaviors requires different electrode designs depending on the exact region to be studied. The specified purchase is for electrodes that have been designed and tested for reaching deep structures in nonhuman primate, like the amygdala, but still suitable for superficial cortical recordings in nonhuman primates. The specified electrodes are required for three ongoing studies of reward-related circuitry, an essential component of The National Institute of Mental Health (NIMH) mission to understand and develop treatments for behavioral disorders. Generic Name of Product: Linear array electrodes Purchase Description: 32 and 64-contact electrodes Salient characteristics Passive electrodes for deep recordings in nonhuman primates Validated for our studies through live testing 32 and 64 contact linear electrode arrays 150 um contact spacing Minimum loss of signal while electrodes are being repositioned (this requires smooth movement in the brain) Sufficiently robust to tolerate 20 to 40 or more penetrations 120 mm overall length to reach deep structures Omnetics connectors wired to match Ripple Nano head stages Quantity: 4 and 2 Delivery Date: 60 days after contract award Special Instructions: If you or your firm/business has an interest and possess the required expertise we invite you to submit a corporate capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 541715 size standard of 1,000 employees. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this Small Business Sources Sought Notice should adhere to the following: Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain sufficient detail for the Government to make an informed decision regarding your capabilities and at a minimum address the below: Respondents’ opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition. Information regarding respondents’: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondents’ DUNS number, cage code, orgainzation name and address. Respondents' Socio-economic Status (e.g., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses). Business size (e.g., small or large) pursuant to the applicable NAICS code. GSA or other Government Contract Number. Clear and convincing documentation of your capability and ability to provide the services. Examples of prior completed contracts and other related information. Any other information that may be helpful in developing or finalizing the requirement. The capability statement should not exceed 15 pages using a font size 10 or larger and shall include: respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses; and the name, address, telephone number, and e-mail address of the Contract Specialist or Contracting Officer to whom the information should be sent. All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to the Kristina.Jenkins@nih.gov in MS Word or Adobe Portable Document Format (PDF) by the closing date and time of this announcement. Facsimile responses will not be accepted, and all responses must reference the Notice ID. “Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov Contract Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Notice of Intent -Linear Array Electrodes
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). Institute of Mental Healt... INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). Institute of Mental Health (NIMH) intends to negotiate on a sole source basis with Plexon, Inc., 6500 Greenville Avenue, Suite 730 Dallas, TX 75206, USA NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541715- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: 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, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2022-04 dated January 30, 2022. STATEMENT OF NEED AND PURPOSE The Laboratory of Neuropsychology investigates higher brain functions such as learning, memory, and reward-related decision making. These studies require electrodes to explore deep structures in the nonhuman primate brain to evaluate the relationship between these structures and primate behavior. BACKGROUND INFORMATION AND OBJECTIVE The exploration of brain regions known to contribute to reward-related behaviors requires different electrode designs depending on the exact region to be studied. The specified purchase is for electrodes that have been designed and tested for reaching deep structures in nonhuman primate, like the amygdala, but still suitable for superficial cortical recordings in nonhuman primates. The specified electrodes are required for three ongoing studies of reward-related circuitry, an essential component of the NIMH mission to understand and develop treatments for behavioral disorders. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION DETERMINATION The specified electrodes have been tested and validated for this specific role in nonhuman primate brain recording via previous purchased from Plexon, Inc. (HHSN278201800073P, PO # 271201400605P, PO # 75N95020P00477, PO # 75N95B21P00077). Plexon, Inc. is the only source of this specific electrode technology. Detailed description: Passive electrodes for deep recordings in nonhuman primates Validated for our studies through live testing 32 and 64 contact linear electrode arrays 150 um contact spacing Minimum loss of signal while electrodes are being repositioned (this requires smooth movement in the brain) Sufficiently robust to tolerate 20 to 40 or more penetrations 120 mm overall length to reach deep structures Omnetics connectors wired to match Ripple Nano head stages The 32 and 64 channel linear arrays listed herein are available from only one source, and competition is precluded for the reasons indicated below. There are no substitutes that meet the specifications available. The essential characteristics of the multicontact linear electrode that limit the availability to a sole source are 1) Plexon, Inc. is the only commercial entity that can supply electrodes that meet all the specifications and 2) that have been shown to meet these specifications during our tests in non-human primates. NIMH have thoroughly tested this product in nonhuman primates, as have others. A competing product has been brought to market. NIMH tested that product in nonhuman primates and It does not meet all the requirements. Through our testing and market research, we have found that no other competing product or vendor exists. GENERIC NAME OF PRODUCT: Linear Array Electrodes PURCHASE DESCRIPTION: Plexon Inc 32 and 64-contact electrodes, 92078-006, 92078-004, shipping. SALIENT CHARACTERSTICS Passive electrodes for deep recordings in nonhuman primates Validated for our studies through live testing 32 and 64 contact linear electrode arrays 150 um contact spacing Minimum loss of signal while electrodes are being repositioned (this requires smooth movement in the brain) Sufficiently robust to tolerate 20 to 40 or more penetrations 120 mm overall length to reach deep structures Omnetics connectors wired to match Ripple Nano head stages DELIVERY 60 days after contract award 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. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. 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 the closing date and time of this announcement and must reference the solicitation number in this notice. Responses must be submitted electronically to Kristina Jenkins, Contracting Officer, at kristina.jenkins@nih.gov. U.S. Mail and fax responses will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »