This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00152 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-04. The North American Industry Classification (NAICS) Code is 334519 and the business size standard is 600e. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Tucker-Davis Technologies (TDT) of Alachua Florida to procure a Tucker -Davis Technologies iCon Behavioral Chassis consisting of the following:
1. Product# iConQZ-6 -Z-Series 6-Module Interface Console w/ RZ Processor, Quad DSP, USB3 - Qty (1) EA
2. Product# iX7 - Integrated Lux Photometry Interface with 6-Port Optical Manifold – Qty (1) EA
3. Product# LxPM2 - External Power Meter – Qty (1) EA
4. Product# LxBB5 - External Bleach Box – Qty (1) EA
5. Product# iH8 - High Voltage (28V) Control Interface 8-Port + Manifold – Qty (1) EA
6. Product# iM9 - Multi-Function Interface 9-Port – Qty (1) EA
7. Product# MF1_SPK - MF1 Speaker (no kit) – Qty (1) EA
8. Product# iD2 - Digital Headstage Interface with Data Streaming – Qty (1) EA
9. Product# FB128-OMN - 128-Channel Neural Simulator Omnetics Connectors – Qty (1) EA
10. Product# iV1 - Video Capture Module – Qty (1) EA
11. Product# iV1_CAM - Color Camera for iV1 – Qty (1) EA
12. Product# Synapse Base - Synapse Software - Base Package – Qty (1) EA
13. Product# Synapse FP - Synapse Software - Fiber Photometry Package – Qty (1) EA
14. Synapse PC - Synapse Software - Pynapse Coder Package – Qty (1) EA
The following product features are required for this acquisition:
• 6-slot modular chassis (iConZ6): accommodates a full suite of analog and digital modules to support complex behavioral tasks and simultaneous input/output operations
• Full complement of add-on modules: including digital input/output, analog input/output, optogenetic stimulation triggers, and reward delivery interfaces for operant and self-administration paradigms
• Real-time DSP processing: provides sub-millisecond latency for closed-loop control and behavioral event synchronization
• Seamless integration with TDT Synapse and RZ hardware: critical for unified control of behavior, optogenetics, and in vivo electrophysiology across experiments
• High-speed data connectivity via optical fiber or USB3: ensures compatibility with existing lab infrastructure and flexible system placement
• Rack-mountable design with integrated power supply and LED status indicators: suitable for space-limited experimental rigs and multi-station lab setups
• 5-year manufacturer warranty with lifetime technical support: necessary for long-term reliability and minimal downtime in a high-use research setting
These features/specifications are essential to maintain continuity with prior TDT-based workflows while upgrading to a more scalable, fully supported behavioral control platform that meets the precision requirements of ongoing research.
A. DELIVERY:
National Institutes of Health (NIH)
Rockville, MD 20852
B. INSTALLATION:
All equipment shall be delivered fully assembled or with clearly documented user-assembly instructions. No vendor on-site installation is required. Upon delivery, the system must be plug-and-play compatible with existing TDT RZ processors and Synapse software.
C. TRAINING:
Formal on-site training is not required for this procurement.
However, the following support materials should be provided by the vendor upon delivery:
• Access to up-to-date user manuals and configuration guides for all included modules
• Remote consultation or onboarding support upon request for system setup or module integration
• Access to TDT’s online knowledge base and support portal for software configuration and troubleshooting
Should additional support be required, remote technical assistance from TDT should be made available within five (5) business days of request, consistent with their standard warranty and customer support policy.
The Laboratory is requesting the acquisition of the TDT iCon Behavioral Chassis to replace aging behavioral infrastructure and maintain continuity of ongoing experimental workflows. The lab’s current systems rely on legacy TDT hardware, which is being phased out and reassigned to another investigator, creating an immediate need for a dedicated, up-to-date behavioral control system. The iCon chassis provides modular input/output capabilities with sub-millisecond precision, enabling complex behavioral paradigms such as operant conditioning, optogenetic self-administration, and in vivo electrophysiology to be executed reliably and with real-time feedback.
This acquisition will ensure compatibility with existing TDT Synapse software and RZ processors already in use for neural data collection, preserving interoperability while significantly improving system scalability and supportability.
Tucker-Davis Technologies is the sole manufacturer of all System 3 hardware such as the iCONQZ-6, and all devices that use TDT’s realtime processor interface, which includes a specialized operating system that runs on Analog Devices Sharc DSP’s (called a microcode), The Graphical user interface that allows end users to design their own control sequence for signal acquisition and stimulus generation and all Realtime devices.
Tucker-Davis Technologies has the sole copyrights to the following:
The microcode which controls the DSP chip on the hardware is copyrighted.
All TDT software is copyrighted and only functions with TDT hardware.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025)(Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with all the products and services in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and/or service (s) needed. Responses must be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Offeror must include the delivery date/timeframe with offer. Quotations will be due on July 30, 2025, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00152. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00152 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration for all awards in the SAM database @www.sam.gov.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”