SMALL BUSINESS SOURCES SOUGHT NOTICE
Solicitation Number: 75N95025Q00220SB
Title: Pacific Optica Two-Photon Mescoscale Imaging System with Holographic Stimulation Capability or equal
Classification Code: 6640 Laboratory Equipment and Supplies
NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing
Size Standard: 1,000 employees
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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.
For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) 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, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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 National Institute of Mental Health (NIMH) is the lead federal agency for research on mental disorders. NIMH is one of the 27 Institutes and Centers that make up the National Institutes of Health (NIH), the largest biomedical research agency in the world. NIH is part of the U.S. Department of Health and Human Services (HHS).
NIMH envisions a world in which mental illnesses are prevented and cured and its mission is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. This is fulfilled by:
- Supporting and conducting research on mental illnesses, health services, and the underlying basic science of the brain and behavior
- Supporting the training of scientists to carry out basic and clinical mental health research
- Communicating with scientists, patients, providers, and the public about mental health research advances and priorities
The NIMH Unit on Neural Computation and Behavior (Histed lab) is dedicated to understanding the range of possible neural computations, as well as the specific computations that control sensory-guided behavior. This laboratory uses brain stimulation, large scale neural recordings, and artificial network simulations to approach these questions.
Purpose and Objectives: The Histed lab has a need for one (1) Dual Independent Enhanced Scan Engine for Large field-of-view Two-Photon imaging (Diesel2p) with Holographic Stimulation as a limiting factor to building computational models of brain systems are the small numbers of cells that can be simultaneously monitored in awake and behaving animals.
Project requirements: The significant, essential physical, functional, performance, or material element(s) that are the Government’s minimum acceptable standards for an equivalent are as follows:
- Expanded two-photon imaging field-of view (Mesoscale):
- Custom Diesel2p Mesoscale objective:
- Field-of-view: Up to 7 mm across and totally flat. 5 x 5 mm in typical usage. The field-of-view is flat edge-to-edge (no curvature).
- High Resolution: < 1 μm in XY, 6 – 8 μm in Z
- Long Working distance: 8 mm in air
- High speed acquisition:
-
-
- Wide and fast resonant scanning: The fast axis scans 1.5 mm wide stripes (over twice as wide as other systems). Linear scan rate up to 24 mm/ms, the fastest commercially available large field-of-view 2p scanning.
-
- Custom auxiliary light path for Holographic photo-stimulation
- Dual independent scan arms: Each can be adapted for imaging, optogenetics, or both.
-
-
- Spatial light modulator: (SLM) system compatible ScanImage (Vidrio Technologies, LLC.), the existing imaging software used by the Histed labs.
The system shall be warranted, and the Contractor shall warrant its equipment against defects in material, fabrication, or workmanship for a minimum of one (1) year from the date the Government accepts delivery of the item.
Anticipated period of performance or Delivery: Within 180 days after receipt of order (ARO).
Other important considerations: 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.
Small business concerns 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. Small businesses must also provide their Company Name, UEI number, Physical Address, and Point of Contact Information.
Interested small businesses 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.
The respondent must also provide their UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.
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.
The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
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 via email to the Contracting Officer, Rieka Plugge (rieka.plugge@nih.gov).
The response must be received on or before 7/28/2025, 8:00 A.M., 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 presolicitation synopsis and solicitation may be published in Federal Business 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).”