Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
MODIFICATION

66 -- Multi-contact deep brain electrode (V-probe and S-probe)

Notice Date
7/31/2020 11:06:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-20-003841
 
Response Due
8/7/2020 9:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
Michelle Cecilia, Phone: 3018277199, Valerie Whipple, Phone: 3018275218
 
E-Mail Address
michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov
(michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov)
 
Description
Multi-Contact Deep Brain Electrode (V-prove and S-probe) Combined Synopsis/Solicitation NIMH-20-003841 INTRODUCTION � �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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items. The solicitation number is NIMH-20-003841 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE This requirement is assigned North American Industry Classification System (NAICS) code 541715 with a size standard of $1,000 employees. SET-ASIDE STATUS This acquisition is not restricted and available for full and open competition. ACQUISITION AUTHORITY 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 clauses are those in effect through Federal Acquisition Circular 2020-07 dated July 2, 2020. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this acquisition is to continue our work recording and analyzing the simultaneous activities of neurons during higher brain function. Without these arrays, the Laboratory of Brain and Cognition, SNC would be unable to advance its research initiative to study perception, learning, and memory of visual information. Project Requirements See Attached Purchase Description for details. Delivery Requirements/Period of Performance Base Period: 60 days ARO The Contractor shall deliver and install the required items within 60 days of purchase order award to the location listed in the Place of Performance below. Place of Performance The place of performance shall be the National Institutes of Health, National Institute of Mental Health (NIMH), 10 Center Drive., Bldg. B/Rm. 4C, Bethesda, MD 20892-9692 Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT). Response Format Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the salient characteristics of the product. The offeror must identify in their response where parts/equipment are manufactured. The offeror must indicate in their response as to whether the brand-name or equal product proposed can or cannot meet the salient characteristics as stated in this combined solicitation synopsis. � In addition, the quote must provide their company name, 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.� � Please submit an executed copy of FAR Clause 52.204-25_Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR Clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ; and FAR Clause 52.204-26 �Covered Telecommunications Equipment or Services Representation (attached). EVALUATION The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. In order to be acceptable, the product must meet all the salient characteristics listed in the product description and MUST be a three (3) V-Probe, Plexon 92360 64-channel. (PLX-VP-64-15SE(100)-(320-130)(640-15)-300-(2)CON/32m-V) deep brain electrodes and three (3) Plexon or 92360-001, (PLX-SP- 64-15SE(100)-(320-130)(640-15)-750-(2)CON/32m-V) deep brain electrodes �or �equal� �three (3) V-Probe 64 multi-channel deep brain electrodes and three (3) S-Probe multi-channel deep brain electrodes. The probes must meet the salient characteristics as described. Award will be made on all or none basis. If you are providing an ""equal"" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6. ADDITIONAL INFORMATION FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. The Offerors to include a signed copy of the provision at FAR clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019), with its offer. The Offerors to include a signed copy of the provision at FAR clause 52.204-26 Covered Telecommunications or Services Representation (Dec 2019), with its offer. FAR 52.212-1 Instructions to Offerors � Commercial Items (OCT 2018) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items. See Clauses attachment. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See clauses attachment. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.209-9 Updates of Publicly Available Information Regarding Responsibility FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-40 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR Clause 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a)�� �If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b)�� �To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- (1)�� �Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2)�� �Clearly identify the item by- (i)�� �Brand name, if any; and (ii)�� �Make or model number; (3)�� �Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4)�� �Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c)�� �The Contracting Officer will evaluate ""equal"" products based on information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d)�� �Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include labor costs, breakdown and rationale for other direct costs or materials, and the total amount. 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."" CLOSING INFORMATION �� All responses must be received by 12:00 P.M., Eastern Standard Time, on August 7, 2020, and reference number NIMH-20-003841. Responses must be submitted electronically via electronic mail to �michellececilia.cecilia@nih.gov and Valerie.whipple@nih.gov. Any questions must be submitted by 5:00 PM EST on Tuesday, August 5, 2020. Fax responses will not be accepted. ATTACHMENTS Attachment 1 � Purchase Description Attachment 2 � 52.212-4 and 52.212-5 Attachment 3 � 52.204-24, 52.204-25, 52.204-26 and 52.212-3 Clauses (return a copy with Quote) Attachment 4 � Invoice Instructions �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4823c851efdc4913905f98700bc2f078/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05741307-F 20200802/200731230144 (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  © 1994-2020, Loren Data Corp.