Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

66 -- Mouse Gait Analysis Software

Notice Date
9/12/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIh-NIDA-SSSA-NOI-17-805
 
Archive Date
10/4/2017
 
Point of Contact
Sneha V Singh, Phone: 3014802443
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE 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 on Aging intends to negotiate and award a contract for treadmill gait analysis software. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, with a Size Standard of 1,250 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) 05-95, 19 Jan, 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 This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to: Mouse Specifics, Inc 2 Central St. Framingham, MA, 01701-4163 The essential characteristics of the Mouse Specific's DigiGait software that limit the availability to a sole source are DigiGait's ability to record at a minimum of 140 frames per second (FPS) and treadmill speed of up to 81 cm/s. Only this suggested source can furnish the requirements, to the exclusion of other sources, because other software cannot provide sufficient frame rate and can result in loss of information. Furthermore, for a complete analysis of gait it is necessary to test rodents at a range of gait speeds that represent slow and fast walking as well as running and DigiGait is the only system to provide treadmill speeds of up to 99.9 cm/s. Project Description A treadmill-based system is needed for analyzing properties of mouse gait at various fixed walking speeds. Desired results are reliable quantitative gait analysis data. Because walking speed is a major confound in analysis of gait parameters, it is crucial that mouse walking speeds are controlled using a treadmill-based system. Purpose and Objectives The purpose of this acquisition is to provide the National Institute on Aging with treadmill-based mouse gait analysis systems. Two (2) Mouse Gait Imaging Systems • Medical grade stainless steel treadmill chassis with transparent treadmill belt • Motor speeds range from 0.0 to 99.9 cm/s o Treadmill must operate at speeds up to 81 cm/s • High speed high resolution camera (minimum 140 fps) • C-mount lets for mice • Firewire cable • Illumination panels • Adjustable walking compartment for mice • Excrement collection bins • Industrial casters • Digital Imaging & Analyses Computer o Configured with high bandwidth image capture memory o Licensed copy of latest DigiGait Imaging Software package o Licensed copy of latest DigiGait Analysis Software package - computer monitor large format • Incline/decline mechanism • Rat Imaging Bundle o Interchangeable polycarbonate compartment with adjustable stroke o Front side loading o LED overhead lamp o Wide angle lens (C-mount 8mm 2/3" format lens) o Hardware One day on-site installation and training. One year remote training and support. Minimum 1-year manufacture warranty. Period of Performance Delivery within ninety (90) days following contractor receipt of order. 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. 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 12:00 PM on September 19, 2017 and must reference number HHS-NIH-NIDA-SSSA-NOI-17-805. Responses must be submitted electronically to Sneha Singh, sneha.singh@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-NOI-17-805, on your electronic request. 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-01/HHS-NIh-NIDA-SSSA-NOI-17-805/listing.html)
 
Record
SN04673181-W 20170914/170912232141-efdf80bdfc5861f1b81ed8a34ba03123 (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  © 1994-2020, Loren Data Corp.