SOURCES SOUGHT NOTICE
Solicitation Number: 75N95025Q00235
Title: Wireless Fiber Photometry Systems
Classification Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing
Size Standard: 1,000 employees
Description: Wireless Fiber Photometry Systems
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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. Small businesses are encouraged to respond.
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).
Background: The Section on Behavioral Neuroscience at the National Institute of Mental Health (NIMH) is focusing on current approaches into investigations of brain circuits and systems that require detailed analyses of neuronal circuit dynamics in freely moving animals with neurotransmitter specificity. Fiber photometry is a neuronal imaging technique used to monitor neuronal activity of specifically targeted cell populations. Fiber photometry uses excitation light from implanted fiber optics to record fluorescent activity of genetically encoded calcium or neurotransmitter-specific indicators in neuronal populations that fluoresce in the presence of calcium ions or neurotransmitter molecules. This imagining can be used at the same time that behavioral or electrophysiology experiments are being conducted giving a better understanding of the underpinning of brain function and its role in animal behavior in freely moving animals. Wireless approaches to data recording allow animals freedom of movement and are easier to combine with other testing equipment.
Purpose and Objectives: Projects being pursued by Behavioral Neuroscience (SBN) require the acquisition of a ready to use (turnkey) wireless fiber photometry (FP) system. Fiber photometry allows measuring of neural activity via calcium and neurotransmitter-specific sensors. There are two wired FP systems already in use at SBN and two more wireless FP systems will complement the existing FP systems as well as expand SBN’s members ability of recording neuronal activity in a larger set of behavioral tests. Wireless FP system is especially suitable for work with non-human primates.
Project requirements: Please see PURCHASE DESCRIPTION attached to this posting.
Anticipated period of performance: Within 30 days after the purchase order is received.
Capability statement /information sought.
Companies that believe they possess the capabilities to provide the required products 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 Patricia da Silva, Contract Specialist, at patricia.dasilva@nih.gov and Christine Frate, Contract Officer, at christine.frate@nih.gov.
The response must be received on or before July 31, 2025, 10:30 AM, EDT.
“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 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).