DOCUMENT
A -- Research and Development for for the development of a hyperbaric (0–1000 psig) high-throughput planar-based electrophysiology screening station. - Attachment
- Notice Date
- 4/3/2012
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
- Solicitation Number
- N0463A12S0001
- Response Due
- 5/9/2012
- Archive Date
- 5/24/2012
- Point of Contact
- Corey Rezner
- E-Mail Address
-
rezner@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- The Navy Experimental Diving Unit (NEDU), Panama City is conducting a survey of potential sources for the development of a hyperbaric (0 “1000 psig) high-throughput planar-based electrophysiology screening station to elucidate electrophysiological modifications in voltage- and ligand-gated ion channels following exposure to military, commercial, and experimental diving paradigms. Using a well-based planar approach supported by commercial planar chips, the system should also be able to screen for modifications in channel and second-messenger pathways via fluorescence-based approaches. Key Performance Parameters are as follows: - A scalable multichannel planar patch-clamping system (0 “1000 psig, with at least a 96-well, modular approach to allow for expansion) that will integrate into a hyperbaric chamber. - Designed to create the minimal footprint in the hyperbaric chamber, the system will have pressurized components capable of being mounted on a standard laboratory benchtop and will allow multiple measurement paradigms (i.e., voltage- and current-clamp recordings) on cell lines and native cell types. - External perfusion rate will be 0 “5 mL/min; relevant perfusion will be continuous. Internal perfusion shall allow rapid change of solutions. - Multiple perfusion scenarios can be tested in the same experimental protocol (i.e., that the same chip has separate perfusion capability). - System allows fluorescence-based imaging in conjunction with, or independent of, electrophysiological recordings. - Software support to integrate recording of information, perfusion characteristics, and chamber data. - Software system that enables test data to be integrated in the future. - High-throughput data analysis software to analyze recordings. The following requirements must be met or exceeded: - A pressure-tested high-throughput modular planar-based system with at least 96 (but scalable to 384) wells, a system operational over a range of 0 “1000 psig. (designs with a minimum of 16 wells but with a scalability to at least 200 wells will be considered). The system design may be one of single measurements per aperture or one based on a clustered approach. Unless specified by the vendor primary contact, the system shall be tested in a vendor-based chamber. The system shall support multiple experimental runs in a testing day. -Discuss current contractor-defined amplifier designs and their respective integration into the system. Support integration of a Government-defined amplifier design and modifications in supporting software. -A system allowing at least three independent external and internal perfusion zones, and perfusion line inputs into the system shall support 1/16-inch stainless steel tubing and fittings. All perfusion zones will be scalable to additional plates, which will be of a commercially available design. -A system designed to be used in a laboratory bench scale mounting system; however, the system shall not exceed the dimensional limits (40 inches deep, 18 inches in diameter) of current NEDU chambers associated with this work. The final system design should use a minimal amount of space. -A system that limits its components ™ exposure to pressure. The system shall be capable of operating in an environment of varying oxygen-rich concentrations over a pressure range of 0 “1000 psig, and it shall also be capable of operating in the presence of the background gases He, Ne, Ar, Kr, and Xe at varying concentrations over that same pressure range. -A system that integrates expandable fluorescence excitation and emission characteristics with high-resolution imaging to allow second messenger pathways to be analyzed over time, both with and independent of electrophysiological recordings. -A system that allows potential hydrogen (pH), temperature ( °C), oxygen concentrations (parts per million), carbon dioxide concentrations (parts per billion), and flow rates for internal and external perfusion of affluent and effluent solutions to be quantified throughout experimental runs. -Software support for operating the system that shall be integrated into the Government perfusion solution system and chamber control into a complete operational system. -Modified operating manuals for hyperbaric operations and technical support for one year following the system ™s installation. -Test runs at pressure and a complete final installation and system check that, during final delivery, includes a functional experimental protocol from 0 “1000 psig. -Construction plan based upon deliverables or project milestones. NEDU will not pay or provide reimbursement for any costs incurred in the preparation or delivery of the requested information. Industry firms capable of providing the required systems, in whole, are invited to submit a response to this notice. Firms should identify/submit a copy of their GSA schedule, if applicable, as well as literature, brochures, videos, technical specifications to include weight and dimensions, price lists, current design and production status, estimated production capacity, and capabilities summaries directly addressing the ability to meet the aforementioned needs. NOTE: This notice is for planning purposes only. Responses shall be submitted to the Contracting Specialist, Corey Rezner, via e-mail to corey.rezner@navy.mil by 9 May 2012. There is no specific format or outline that submittals must follow. Each response must reference the Sources Sought title and must be limited in length to twenty-five (25) typed pages (not including attachments). Specific narrative information that should be provided in the submission include: (1)Contract or program information describing experience that covers the past three years and is related to the objectives and tasks under normabaric conditions identified above; (2)Demonstrated capabilities, technical expertise or experience, and support equipment that can execute requested modifications to an existing system or to the development of a new system; and (3)A basic design plan to complete the tasking and to report on deliverables. (4) Projected unit cost estimate information; (5) Name and address of firm; (6) Size of business including average annual revenue for past three years, number of employees, and status: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUB-Zone, Veteran- Owned and/or Service-Disabled-Veteran-Owned Business; (7) Ownership information including Country of Ownership, Central Contractor Registration (CCR) information, and DUNS Number if available; (8) Number of years in business; and (9) Two points of contact including: name, title, phone, fax, and e-mail address. The appropriate North American Industry Classification System (NAICS) code is 541712, with a size standard of 500 employees. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A12S0001/listing.html)
- Document(s)
- Attachment
- File Name: N0463A12S0001_NEDU_Sources_Sought.doc (https://www.neco.navy.mil/synopsis_file/N0463A12S0001_NEDU_Sources_Sought.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0463A12S0001_NEDU_Sources_Sought.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0463A12S0001_NEDU_Sources_Sought.doc (https://www.neco.navy.mil/synopsis_file/N0463A12S0001_NEDU_Sources_Sought.doc)
- Place of Performance
- Address: 321 Bullfinch Road, Panama City, Florida
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN02712348-W 20120405/120403235145-e01044f927a18291787937c9b6d15c15 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |