Maryland Bids > Bid Detail

Implantable telemetry solutions to allow for in vivo physiologic monitoring of freely moving laboratory animals.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159491322857016
Posted Date: Dec 1, 2022
Due Date: Dec 15, 2022
Solicitation No: 75N95023Q00032
Source: https://sam.gov/opp/b00b726869...
Follow
Implantable telemetry solutions to allow for in vivo physiologic monitoring of freely moving laboratory animals.
Active
Contract Opportunity
Notice ID
75N95023Q00032
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 01, 2022 03:19 pm EST
  • Original Response Date: Dec 15, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Baltimore , MD
    USA
Description

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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



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.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.



Background:



The NIA Laboratory of Neurogenetics (LNG), transgenics section, requires a telemetry system with three components of seamlessly integrated recording systems for their in-vivo work. These components consist of implantable telemetry, acquisition and analysis software, and sleep analysis software. The transgenics section studies physiological and neurological perturbations that may occur during Parkinson’s disorders. To understand these processes, the ability to measure even very slight physiologic changes and/or sleep disturbances in small animal models is critical.



Purpose and Objectives:



The NIA Laboratory of Neurogenetics (LNG), transgenics section, requires an implantable telemetry system to monitor freely moving animals. Each implant must have the animal ID encoded with the telemetry signal to ensure traceability from the implant to the computer database. This technology will provide the end-user with pressure, a biopotential (EEG, ECG, and/or EMG), temperature, and activity in mice as small as 19 grams. The acquisition software will be used to analyze collected data from NIA’s studies. This software will be tailored to calculate physiologic parameters ‘real-time’ from a variety of animal models – this capability is well-suited to NIA’s dynamic research goals in Parkinson’s disease research. The remote notification software will allow the research to respond when parameters, such as animal temperature, exceeds specific ranges. Data generated from LNG’s transgenics section will published in numerous high-impact journals and presented at global conferences – the software will allow researchers to view, sort, and sync calculated data with multiple graphic platforms. The transgenics section relies heavily on neurophysiologic data gathered during rodent sleep studies. The sleep analysis software will provide us with summarized results distilled from large, continuous data sets typically generated during EEG and sleep studies. The research into Parkinson’s disease will benefit from this systems rapid, automated rodent sleep scoring. This system will also provide the researchers with optional modules to enhance the core software and further tailor NIA analyses dependent upon NIA research needs.



Project requirements:




  • Telemetry apparatus must be compatible with the data acquisition and sleep analysis software.

  • Telemetry device must be biocompatible for use in-vivo – this should include pre-shipment sterilization of device, attachment of biopotential leads and catheters to ensure signal fidelity.

  • Telemetry must provide multiple biopotential measurements to include EEG, ECG, and EMG parameters – these measures will be used downstream to compute a probabilistic matrix that will be used to automatically score sleep stages.

  • Acquisition and analysis software must be equipped with a remote notification alarm system to notify staff when set thresholds are exceeded.

  • Sleep analysis software most be able to be retrofitted for optional modules as the need arises.

  • The automated rodent sleep scoring must capture paradoxical sleep, slow wave sleep and both wake and active wake conditions.



Anticipated period of performance: 30 days from award.



Other important considerations:




  • Must include installation and delivery

  • Must include end-user training



In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.



Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Iris Merscher, contract specialist, at e-mail address iris.merscher@nih.gov.



The response must be received on or before December 15, 2022, 5:00 pm, Eastern Time.



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 in www.sam.gov. 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).


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 01, 2022 03:19 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >