Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

66 -- Mouse Behavioral Virtual Reality Imaging

Notice Date
5/15/2020 1:15:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-20-006523
 
Response Due
6/15/2020 9:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Diedra Prophet, Phone: 3014028070, Karen Mahon
 
E-Mail Address
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
 
Description
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. The solicitation number is HHS-NIH-NIDA-SSSA-20-006523 and the solicitation is issued as a request for quotes. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clause are those in effect through Federal Acquisition Circular (FAC) Number 2020-02, with effective date March 30, 2020. The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions. The purpose of this requirement is to provide NIA with a contractor that can perform and furnish Mouse Behavioral Virtual Reality Imaging - a Virtual Reality (VR) systems that can be used with mice to investigate brain functions during decision making. The purchase description and product specifications are as follows: ITEM� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �QTY PhenoSys JetBall Virtual Reality Sequence for mice� � � � � � � � �1.0 Liquid reward - for 20cm JetBall Holder� � � � � � � � � � � � � � � � � � � � �1.0 Air Puff System � for 20cm Jet� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1.0 Dual Whisker Stimulation System � for 20cm JetBall Holder 1.0 Brake System � for 20cm JetBall Holder� � � � � � � � � � � � � � � � � � � � � 1.0 8 Channel Analog Card (12 bit)� � � � � � � � � � � � � � � � � � � ��� � � � � � � � � ���1.0 External Signal Cable � OUTPUT� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1.0 Virtual T-Maze (TFT) � for 20cm Ball� � � � � � � � � � � � � � � � � � � � � � � � � � 1.0 Virtual customized maze (TFT)� � � � � � � � � � � � � � � � � � � � � � � � ��� � � � � ��1.0 Headpost stand for JetBall 20cm� � � � � � � � � � � � � � � � � � � � � � � � ��� � � ��1.0 PhenoSys 5-door Olfactometer� � � � � � � � � � � � � � � � � � � � � � � � � � � � � ����1.0 Stereo Sound System� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��1.0 Packaging and Shipping� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� 1.0 On-site installation and training� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1.0 Vendor shall provide 1-year factory warranty and troubleshooting help as needed. GOVERNMENT RESPONSIBILITIES:� �The Government will review and approve the final sample selection frequencies by source of sample (i.e., WGS sample, cases and controls; non GWS sample, cases and controls) DELIVERY or DELIVERABLES:� �60 Days (ARO) REPORTING REQUIREMENTS:� �Vendor shall provide calibration report upon installation �The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated delivery date is 60 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 35 Convent Drive, Bethesda, MD, 20814. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020) Standard NIH Invoice and Payment Provisions (2/2014) Interim NIH Invoice and Payment Provisions (2/2014) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price. Technical capability is significantly more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.� Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation 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 proposing on an equal product 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.� 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. All offers must be received by Friday, June 15, 2020 at 12:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-20-006523. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f552e9517c5b430bb4552d46c1505697/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN05659571-F 20200517/200516071019 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.