Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

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

Notice Date
7/22/2016
 
Notice Type
Presolicitation
 
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-NOI-16-429
 
Archive Date
8/16/2016
 
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
Brain Vision MRplus 32 EEG System for the NINDS HHS-NIH-NIDA-SSSA-NOI-16-429 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-16-429 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to BrainVision, LLC located at 2500 Gateway Centre Boulevard, Suite 100, Morrisville, NC 27560. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1, dated June 15, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that only Brain Vision, LLC is capable of meeting the needs of this requirement to ensure continuity of science. Specifically, the NINDS LFMI owns a Brain Vision 128-Channel BrainCapMR system that now requires EEG upgrades and these upgrades must be compatible with existing equipment to ensure standardization of longitudinal research data. Both the existing system and the required upgrade are proprietary to the original equipment manufacturer, Brain Vision, LLC, and no other company is authorized or capable of providing this equipment. A sole source letter from Brain Vision, LLC shall be included in the contract file. Use of any other system for the required upgrade would jeopardize the functionality of current equipment, risk safety due to incompatible hardware, and invalidate existing longitudinal research data as new data would not be comparable. For these reasons, only Brain Vision, LLC is capable of meeting the needs of this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. DESCRIPTION OF REQUIREMENT 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 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 Description 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. Delivery/Period of Performance 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 place of performance shall be the National Institutes of Health, NINDS, LFMI, 10 Center Drive, Building 10, Room B1D-728, Bethesda, MD 20892. Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quote. 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; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1.Equipment Capability and Warranty: The contractor shall detail in a technical proposal how its proposed equipment meets each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities as well as warranty information. Technical approach shall be evaluated for the ways in which the proposed equipment meets or exceeds the equipment specification and warranty requirements. Exceeding requirements shall be considered favorably. 2.Delivery: The contractor shall detail in a technical proposal how it shall meet the delivery requirements. The Government shall evaluate for ability to meet or exceed the requirements detailed in this statement of need. Proposals must include a delivery lead-time. 3.Past Performance: The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment provision, delivery, and installation requirements outlined in this Statement of Work. Experience shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Contract Number c.Contract Type d.Total Contract Value e.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW f.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-429. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-429/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04193491-W 20160724/160722234857-93842a2a95c27ae0d2f2efe349798f3e (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.