SOLICITATION NOTICE
66 -- Cervello Elite Upgrade
- Notice Date
- 5/17/2016
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-354
- Archive Date
- 6/11/2016
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Cervello Elite Upgrade 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-354 and the solicitation is issued as a request for quote (RFQ). 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; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to Blackrock Neuromed for a Cervello Elite Upgrade. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006- 87-2, dated April 6, 2016. The associated NAICS code is 334516 and the small business size standard is 500.This requirement is not set aside for small business. Background Information The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Functional and Restorative Neurosurgery Unit (FRNU) exploits the unique investigative opportunities provided by intracranial electrical recordings during neurosurgical procedures. Using recordings captured from epilepsy patients implanted with subdural and depth electrodes, we investigate the activation of cortical networks during memory encoding and recall, and using the recordings captured during the implantation of deep brain stimulators, we investigate the role of the basal ganglia in learning and decision making. The FRNU collaborates closely with the NINDS EEG section to obtain research electrophysiology recordings in neurosurgical patients, for which the BlackRock NeuroPort System is required and used. For clinical acquisition and interpretation of intracranial EEG recordings, the EEG section uses separate Nihon Kohden Neurofax equipment. The current implementation of two independent systems side-by-side requires auxiliary hardware which poses additional clinical risk due to the amount and weight of the required equipment. The purpose of this purchase is to incorporate the BlackRock Clinical Cervello System into existing BlackRock NeuroPort system to enable its use in clinical intracranial EEG monitoring. This acquisition will consolidate research and clinical capabilities into a single system that can seamlessly achieve research requirements and splitting of data streams. The BlackRock NeuroPort System requires the purchase of clinically approved equipment (Cervello Elite 128 Ch. upgrade) with corresponding databasing and review software (Cervello Reading Station) for use by the clinical team. Additionally, it requires the ability to monitor up to 128 channels simultaneously using such a combined system (Splitter Box 1-64 and 65-128 packages). Purpose or Objective of the Requirement The purpose of this acquisition is to procure the BlackRock Cervello Elite hardware and software upgrade that is necessary to perform simultaneous clinical intracranial EEG monitoring and research data collection with current BlackRock research equipment. The contractor shall provide the required upgrade meeting the following specifications: QuantityDescription 1Upgrade to Cervello Elite 128 Ch. which shall include: Custom Windows 7 PC w/dual hard drives (250GB & 3TB), Cervello Patient Event Button, Microphone, 1080p full HD Camera for Digital Video Acquisition, Cervello Software for EEG Acquisition to Interface with Micorsystems multi- channel. Complete trial software package (shall be valid for 60 days after installation) 1Cervello Reader Station which shall include: Multi Channel Review Software (SW-0016), Cervello Data Software, SW-0010 Viewer(USB NET05) Dongle for up to 5 concurrent users* 1Splitter Box 1-64 Package with 10' cable 1Splitter Box 65-128 Package with 10' cable Warranty, Training and Installation Delivery of the equipment for the upgrade shall occur within 45 days after receipt of this purchase order on or about June 30, 2016 to 10 Center Drive, Building 10, Room 3D20, Bethesda, MD. At a coordinated date with the Government, the contractor shall provide installation of the Elite upgrade (PC, camera, cables, software, etc.) and proceed to provide the below on-site training after installation: Training shall take place over a 5 day period and will include one (1) Case Support which shall consist of on-site support for NIH technicians, physicians and scientists during their 1st surgical patient (oversee patient hook-up and recording) and provide any necessary troubleshooting if needed during the case support training. The contractor shall install the system upgrade, incorporating the hardware and software to the existing BlackRock equipment; and provide training during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The contractor shall provide a company certified representative to perform setup, installation, and training. The contractor shall warrant that the products are free from defects in materials and manufacturing for a period of one year from the date of shipment. The Contractor shall repair or replace any product that does not comply with this warranty. The contractor shall provide remote phone support 24 hours a day, seven days per week. Type of Contract Contemplated A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. APPLICABLE CLAUSES The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement including technical specificiations, equipment warranty and maintenance coverage, and delivery, installation, and training requirements and (ii) price. Technical and past performance, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by May 27, 2016 at 8:00 am EST and must reference number HHS-NIH-NIDA-SSSA-CSS-2016-354. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-354 /listing.html)
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04119378-W 20160519/160517234721-f229ed0c0242d1c7e4ca7a18b5c1dfe4 (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 |