Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOURCES SOUGHT

66 -- Brain Vision MRplus 32 EEG System for the NINDS

Notice Date
6/10/2016
 
Notice Type
Sources Sought
 
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-SBSS-16-402
 
Archive Date
7/5/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-402 Brain Vision MRplus 32 EEG System for the NINDS Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified large business and small business sources, (2) whether they small businesses are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) large and small business size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The National Institute of Neurological Disorders and Stroke (NINDS) Laboratory of Functional and Molecular Imaging (LFMI) works to develop imaging techniques that provide anatomical, functional and molecular information about tissue function. The specific emphasis is on advancing Magnetic Resonance Imaging (MRI) techniques for analysis of the brain. Certain LFMI research studies focus on the obtaining a better understanding of the human brain function. LFMI's goal is to perform non-invasive in vivo research in human healthy volunteers. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure one (1) Brain Vision MRIplus 32 EEG system to monitor electrical signals originating from the brain. The system must interface simultaneously with an existing Brain Vision 128-channel BrainCapMR EEG Caps, Brain Vision optical USB interface and recorder software and the requirement is therefore issued on a sole source basis to ensure continuity of science. Project Requirements: The Contractor shall provide the NINDS Laboratory of Functional and Molecular Imaging (LFMI) with one (1) Brain MRPlus 32 EEG system (hardware and software) [Brain Vision Item Numbers: BV-BP-01300, BP-170-3000, BC-MRI-032-C-U-HC-W-58, BC-MRI-032-C-U-HC-W-56,BV-5303, BV-BP-02675, BV-79123-01] as follows: 1.The system must have support for 32 or more independent EEG channels. 2.The system must be fully MRI compatible with safety guaranteed by the manufacturer at magnetic field strengths up to at least 3 Tesla. 3.The system must be able to acquire EEG data with sufficient dynamic range in the presence of pulsed radio frequency fields, switching magnetic field gradients and cardioballistic artifacts. The system must not produce interference with an MRI scanner. 4.The system's amplifier must include interface to connect to and be compatible with an existing Brain Vision BrainCapMR EEG caps and Brain Vision optical USB interface box. 5.The system must be upgradable and compatible with existing Brain Vision Recorder software. Warranty Requirements: The contractor shall provide at, a minimum, a three (3) year warranty on parts, with the exception of cables, caps and electrodes that shall be covered by at least a one (1) year warranty. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: The Contractor shall deliver the equipment within 60 days after receipt of order. Delivery must be FOB destination. The equipment shall be delivered during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). Place of Performance: The required equipment shall be delivered to the NIH Main Campus, 10 Center Drive, Bethesda, MD 20892. Capability Statement: Contractors that believe they possess the ability to provide the required equipment and warranty should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment and warranty, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-402/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04146185-W 20160612/160610234417-76f7d52e23454b058355e5f397895dbe (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.