SOLICITATION NOTICE
66 -- Projector and Lite Data Acquisition System - Notice of Intent to Sole Source
- Notice Date
- 9/7/2016
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-16-
- Archive Date
- 10/2/2016
- Point of Contact
- Keshia McDonald, Phone: 301-827-5301, Nancy Lamon-Kritikos, Phone: 301.480.2447
- E-Mail Address
-
keshia.mcdonald@nih.gov, nancy.lamon-kritikos@nih.gov
(keshia.mcdonald@nih.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source to VPixx Technologies 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). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by a request for quotation from VPixx Technologies, Inc. for award on or around September 23, 2016. The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH) with a projector and data acquisition system for use by researchers to perform research in the fundamental brain mechanisms that allow sensory-motor coordination, specifically the visual/oculomotor system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334419 with a Size Standard of 500 Employees. This acquisition is NOT set aside for small businesses. 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). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-85 dated August 15, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The National Institute of Mental Health Neurophysiology Imaging Facility requires a projector and data acquisition system for use by researchers to perform research in the fundamental brain mechanisms that allow sensory-motor coordination, specifically the visual/oculomotor system. During experiments a computer-driven monitor system displays images that are designed to test perception in an awake behaving monkey. The monkey will be monitored for both brain activity, eye direction, and in some cases asked to perform a simple task. This projector will be installed in the soon-to-be-built 3T magnet facility in late 2016/early 2017. ACQUISITION DESCRIPTION: NIMH requires a POPixx Lite: Projector and lite data acquisition system inclusive of the following part numbers and quantities: VPX‐PRO‐5000A PROPixx Lite: Projector and lite data acquisition system QTY: 1 VPX‐ACC‐6508 Super long‐throw lens, throw ratio of 3.3 ‐ 5.94 : 1, focus range 4.0 ‐ 40.0 ft QTY: 1 VPX‐ACC‐7000 Dual‐link DVI cable + booster and active USB cable, length 35 feet/10 meters QTY: 1 The PROPixx is a unique DLP LED projector which has been designed to be the most flexible display possible for vision research. The PROPixx features a native resolution of 1920 x 1080 and can be driven with refresh rates up to 1440 Hz with deterministic timing. The PROPixx uses high brightness LEDs as a light source, giving a larger color gamut and much longer lifetime than halogen light sources (60,000 hrs vs 2,000 hrs). NIMH's LEDs also support high bit depth and high frequency full color stimulation, which would not be possible with a color-wheel/halogen architecture. For stereo vision applications, our high speed circular polarizer can project stereoscopic stimuli for passive polarizing glasses at up to 400 Hz. 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, VPixx Technologies, Inc. is the only vendor in the marketplace that can provide the equipment required by NIMH. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a sources sought notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received from other vendors. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, and Dynamic Small Business Search returned no results that meet all of the requirements. Therefore, only VPixx Technologies, Inc. is capable of meeting the needs of this requirement. The Intended Source Is: VPixx Technologies, Inc. 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. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. 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. 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-16-699. Responses must be submitted electronically to Keshia McDonald, Contract Specialist, at keshia.mcdonald@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-16-/listing.html)
- Place of Performance
- Address: National Institutes of Health, Maryland, United States
- Record
- SN04261516-W 20160909/160908000710-59116a2708a44cd7c533692e787b7262 (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 |