Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

66 -- Jetball Virtual Reality System

Notice Date
7/15/2015
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-15-623
 
Archive Date
8/14/2015
 
Point of Contact
Matthew P. Antonini, Phone: 301-402-1678
 
E-Mail Address
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSALS. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to negotiate and award a purchase order to Blackrock Microsystems. The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH), The Unit on Synapse Development and Plasticity one (1) virtual reality system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334510 with a Size Standard of 500 employees. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). DESCRIPTION OF REQUIREMENT INTRODUCTION: The Unit on Synapse Development and Plasticity of the National Institute of Mental Health Intramural Research Program (IRP) Unit on Synapse Development and Plasticity studies the molecular and cellular mechanism underlying synapse development, synaptic plasticity and synaptopathology associated with psychiatric disorders. This unit requires one (1) virtual reality system. The virtual reality system will combine a spherical treadmill with virtual reality, operant conditioning modules and external data transfer systems in real time. This system will be used to examine the synaptic function and cellular structures using electrophysiological, optogenetic, or imaging methods while an animal is performing simple or complex behavior in a virtual reality, thereby enabling the investigation of the development and modification of neural circuits in normal and diseased brains. REQUIRED FEATURES AND ASSOCIATED EQUIPMENT & SOFTWARE: The system shall present mice with a virtual reality while the mice run on a spherical treadmill and are given positive or negative stimulations. The virtual reality system must have the following characteristics: 1.An air-cushioned spherical treadmill system with xy-motion sensor in combination with a virtual reality system (TFT) inclusive movable rack, pressure regulation system, and power supply unit. 2.Operant conditioning modules (retractable liquid reward system, air-puff system, brake system) 3.External data transfer systems for sending TTL signals and coordinates to an external computer in real time. 4.Computer, hardware and software that control the virtual reality system, operant conditioning modules, and receive external TTL signals as both event markers and triggers for the virtual reality and operant conditioning in real time. 5.The contractor is responsible for onsite installation of the system, training users to use both hardware and software, and setting up the first animal experiment, until everything is functional and the users can collect data. 6.The system shall come with a warranty of 12 months. During the warranty period, the contractor shall provide maintenance support and equipment and software upgrades in accordance with industry standards. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Blackrock Microsystems is the only vendor in the current market place that can provide the supplies required by the National Institute of Mental Health. In accordance with FAR part 10, extensive market research was conducted to reach this determination. A FedBizOpps small business sources sought notice was posted and no responses were received. Searches of available databases, as well as web searches using the search term "virtual reality" were conducted. This produced a some results, none of which indicated that they specialize in the specific medical equipment required. In addition, a search for previous government acquisitions showed that Veterans Affairs did acquire a Virtual Reality system for a PTSD System, but there is no indication that this is anything like what NIMH requires. Given this information, there is no reason to believe that other vendors are able to meet the Government's needs. The intended source is: Blackrock Microsystems 630 Komas Drive Suite 200 Salt Lake City, UT 84108-1229 APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the 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. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-15-623. Responses may be submitted electronically to Matthew Antonini, Contract Specialist, at matthew.antonini@nih.gov. U.S. Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-15-623/listing.html)
 
Place of Performance
Address: 35 Convent Drive, Building 35, Rm 2C1010, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03797418-W 20150717/150715235137-bc0e44746205c2ffedfbe757d96ad2f7 (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.