Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

66 -- Neurophysiology Recording System - Statement of Work -195 - Invoice and payment provisions - 52.212-4

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-195
 
Archive Date
8/8/2014
 
Point of Contact
Farrin Stanton,
 
E-Mail Address
farrin.stanton@nih.gov
(farrin.stanton@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-4 Invoice and payment provisions SOW (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is : HHS-NIH-NIDA-(SS/SA)-SBSS-14-195 and the solicitation is issued as a Request for Proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation FAR Part 12—Acquisition of Commercial Items, and FAR subpart 15 – Contracting by Negotiation at an amount exceeding the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, dated May 30, 2014. (iv) The associated NAICS code is 334516— Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. (v) Project Title: Neurophysiology Recording System (vi) Description of Work: NIMH Laboratory of Neuropsychology requires high channel count single-unit neurophysiology recording system for advance computational modeling of large-scale neurophysiological activity across multiple cortical areas. - Three 512-channel neurophysiology data acquisition systems that can be operated in pairs, when necessary or one 512 and one 1024 system. Systems that support 500 and 1000 channels can be considered - Time-stamped digital and analog inputs and outputs, which, when used, may reduce the channel count by up to 25% - 100% electrical and mechanical compatibility with Blackrock 96 electrode arrays equipped with Omnetics connectors - Small footprint connection to arrays. Digitization at the connection is preferred - Quality software with on-line control of key operation factors, like channel selection, thresholding, discrimination and storage. Matlab support of output files. - Recording characteristics: 0.3 to 7,500 Hz bandwidth, input range: +/-5mV or more, input safe range: +/-V or greater, input resolution.5uV or less with =/- 2 bit linearity, noise under 3uVrms, input impedance 100Mohm or greater, CMRR at least 70dB, sample rate 20kHz or greater Period of Performance: 90 days from receipt of award Contract Type: The Government intends to issue a firm fixed priced contract for this requirement. i. The place of performance will be at the contractor work site and the National Institutes of Health, National Institute of Mental Health Bethesda Maryland. ii. The provision of FAR clause 52.212-2, Evaluation – Commercial Items (January 1999), applies to this acquisition. iii. The Government will award a contract resulting from this solicitation on the basis of best value in relation to pricing. The major evaluation factors for this solicitation include technical (which encompasses experience/capability and past performance factors), and cost/price factors. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government’s required schedule. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the government. iv. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. v. FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items (July 2013), applies to this acquisition. vi. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (September 2013), applies to this acquisition. vii. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. viii. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. ix. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: the technical proposal, cost-price proposal, prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” All responses must be received by July 24, 2014. Eastern standard time and must reference number HHS-NIH-NIDA-(SS/SA)-SBSS-14-195. Responses may be submitted electronically to Farrin.Stanton@NIH.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 6001 Executive Blvd., Rm. 4104 Rockville, MD 20892-9581, Attention: Farrin Stanton. Fax responses will not be accepted. (xix) Contact Farrin Stanton at farrin.stanton@nih.gov for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-195/listing.html)
 
Place of Performance
Address: 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03429574-W 20140719/140718000201-5ec930f604ca7e5aee91326bfc35eda2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.