Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

66 -- Individualized Low Amplitude Seizure Therapy EEG system

Notice Date
8/23/2017
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-2017-723
 
Archive Date
9/22/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA), on behalf of the National Institute of Mental Health (NIMH) intends to negotiate and award a contract for NIMH for quantity one (1) acti64Champ System incl. BrainVision Recorder and BrainCap Active to Brain Vision, LLC, located at 2700 Gateway Centre Blvd, Morrisville, NC, 27560. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically through Sources Sought type notice HHS-NIH-NIDA-SSSA-SBSS-2017-643 released on FedBizOpps from August 1, 2017 through August 11, 2017 that indicated the subject contractor is the only source of supply or service capable of achieving this Government requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing with size standard 1250 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-2005-94,2005-95 / dated 01-19-2017. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Project Description Title: Individualized Low Amplitude Seizure Therapy EEG system. Scope of Work: The subject requirement consists of obtaining quantity one (1) acti64Champ System incl. BrainVision Recorder and BrainCap Active manufactured by Brain Vision, LLC. Specifically, the subject system consists of the following items and part numbers and quantity: acti64Champ System including BrainVision Recorder, BV-BP-100-2115, 1; BrainCap Active TMS - 64 channels (plus GND electrode), BC-ATP-064-C-S-HC-W-58, 1. Purpose and Objectives The Experimental Therapeutics & Pathophysiology Branch (ETPB) is part of the NIMH and conducts clinical research studies on mood disorders (including: major depressive disorder and bipolar disorder) with the goal of creating better ways to prevent, diagnose, and treat mental illness. Researchers at NIMH that specialize in Mood Disorders seek through research studies to develop medications that rapidly decrease symptoms of depression; identify biological characteristics (biomarkers); better predict with biomarkers who might respond to medications and treatments; and understand the mechanisms in the brain that are causing depression and response to treatments. The purpose of this requirement is to purchase an active channel amplifier with recorder software and electroencephalogram cap for transcranial magnetic stimulation (TMS); to achieve the following essential features: Is compatitable with transcranial magnetic stimulation; has active electronics to reduce recording noise; contains ultra high sampling rate of up to 100 kHz and wide hardware bandwith; is compatiable with existing Government-ownded equipment, the MagVenture TMS stimulator; and is able to coordinate, connect, or interface with the existing system by software communication. Delivery/Period of Performance Delivery, inspection and acceptance will be performed at a Government facility at the National Institutes of Health, National Institute of Mental Health (NIMH), located at 9000 Wisconsin Ave, Bethesda, MD 20892 within 56 days after receipt of an order with Fixed-Price pricing structure applicable. 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. Responses to this notice 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." 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. All responses must be received by September 7, 2017 at 4pm Eastern and must reference number HHS-NIH-NIDA-SSSA-PSOL-2017-723 on all correspondences. Responses must be submitted electronically to Mr. Hunter Tjugum at hunter.tjugum@nih.gov. FAX requests are not accepted. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2017-723/listing.html)
 
Record
SN04642570-W 20170825/170823232815-fb8dd76e9f3eacf2096d4b0a0711e73e (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.