SOLICITATION NOTICE
66 -- Multiple-electrode array and accessories
- Notice Date
- 9/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- 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)-RFQ-14-744
- Archive Date
- 10/9/2014
- Point of Contact
- Farrin Stanton,
- E-Mail Address
-
farrin.stanton@nih.gov
(farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: (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)-RFQ-14-744 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 13-Simplified Acquisition Procedures; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated July 25,2014. (iv) The associated NAICS code is 423450— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers and the small business size standard is 100 employees. (v) Project Title: Multiple Electrode array and accessories (vi) Purchase Description: The National Institute of Mental Health requires a linear multiple electrode array and accessories. The purpose of the acquisition ( linear multiple-electrode array) is to enable the recording of neural activities from one of the newly discovered curvature processing areas in the macaque to understand how one of important visual features, curvatures, is computed in the brain. Using linear electrode array, it is possible to record multiple neuron activities, as well as local field potential within a single penetration of recording. Specifications of the instrument are as described below: Linear multiple-electrode array V-Probe. The V-Probe provides wide range of configuration having 8-24 contacts, impendence from 225-325 kΩ, contact diameter from 15-40 um, inter-electrode spacing from 50 to 200 um. Quantity: one Period of Performance: 90 days from receipt of award Contract Type: The Government intends to issue a firm fixed priced contract unrestricted for this requirement. i. The place of performance will be at the contractor work site and the National Center for Advancing Translational Sciences, Bethesda Maryland. ii. The provision of FAR clause 52,212-1, Instructions to Offerors—Commercial Items(Apr 2014), applies to this acquisition. iii. The provision of FAR clause 52.212-2, Evaluation – Commercial Items (January 1999), applies to this acquisition. iv. 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. Evaluation will be made in accordance to the contractor’s ability of meeting each of the criteria listed in the purchase description. 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. v. 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/. vi. FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items (July 2013), applies to this acquisition. vii. 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. viii. 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. ix. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. x. 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 September 24, 2014 12pm eastern standard time and must reference number HHS-NIH-NIDA-(SS/SA)-RFQ-14-744. Responses may be submitted electronically to Farrin.Stanton@NIH.gov 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)-RFQ-14-744/listing.html)
- Record
- SN03521050-W 20140921/140920000218-8c93703a12f935de1b4395b01276e68e (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 |