Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
SOLICITATION NOTICE

66 -- EyeLink 1000 Plus System (Eye Movement Tracking System)

Notice Date
6/5/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2017-420
 
Archive Date
6/29/2017
 
Point of Contact
Zenab A. Chowdhry, Phone: 3018276909, Nancy Lamon-Kritikos,
 
E-Mail Address
zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov
(zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT to Sole Source 1. SOLICITATION NUMBER: HHS-NIH-NIDA-SSSA-NOI-2017-420 2. TITLE: EyeLink 1000 Plus System (Eye Movement Tracking System) 3. CLASSIFICATION CODE: 66 -- Instruments & laboratory equipment 4. NAICS CODE: 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING 5. RESPONSE DATE: June 14, 2017 at 11:00 am EST. 6. PRIMARY POINT OF CONTACT: Zenab Chowdhry zenab.chowdhry@nih.gov Phone: 301-827-6909 7. 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). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by a request for quotation from Sr Research Ltd. for award on or around June 19, 2017. The purpose of this purchase order is to provide the National Institute of Mental Health (NIMH) with an EyeLink 1000 Plus system (ELP-STD-CORE). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING with a Size Standard of 1,000 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 February 26, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The purpose of this acquisition is to purchase eye tracking equipment. The National Institute of Mental Health (NIMH) Section on Development and Affective Neuroscience (SDAN) conducts considerable research on anxiety in youth and adults. This research involves identifying different correlates of anxiety as they manifest in anxious individuals, and treatment development. Tracking eye movements is one of the primary neuroscience methodologies employed by SDAN to identify aberrant attentional processes as they relate to anxiety. Furthermore, recent research suggests that eye tracking methods may be used in a treatment setting to train attention patterns away from threat cues, leading to a substantial reduction in anxiety symptoms. These research directions are in line with the Board of Scientific Counselors (BSC) at the 2013 SDAN review, and in the upcoming 2017 review. As such, eye tracking is becoming a chief priority in SDAN research. To ascertain that this focus is addressed adequately, we must make sure that the equipment we use is of the highest caliber, and is particularly applicable to youth and psychiatric populations 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, SR Research Ltd. is the only vendor in the marketplace that can provide the products required by NIMH. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sources sought notice was posted to FedBizOpps referencing the above detailed requirements and one response was received. The Program Office found that the vendor who submitted a response was not capable of fulfilling this requirement. 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, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only SR Research, Ltd. is capable of meeting the needs of this requirement. The intended source is: SR Research, Ltd 35 Beaufort Drive Ottawa, ON, K2L 2B9 Canada 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-2017-420. Responses must be submitted electronically to Zenab Chowdhry, Contract Specialist, at zenab.chowdhry@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-2017-420/listing.html)
 
Record
SN04532866-W 20170607/170605235259-225db07d68eba302bdefda81abf7e71c (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.