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
SOURCES SOUGHT

66 -- QST Lab MRI Compatible Thermal Pain Testing Machines (2)

Notice Date
7/31/2020 5:36:31 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00148
 
Response Due
8/10/2020 12:00:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
Mary Muir, Phone: 301-624-8764
 
E-Mail Address
mary.muir@nih.gov
(mary.muir@nih.gov)
 
Description
NATIONAL CANCER INSTITUTE OFFICE OF ACQUISTIONS NOTICE OF INTENT/SOURCES SOUGHT NOTICE � Requirement Title:� QST Lab MRI Compatible Thermal Pain Testing Machines (2) Document Type:� Notice of Intent/Sources Sought Notice Solicitation Number:� 75N91020Q00148 Posted Date:� 07/31/2020 Response Date:� 08/10/2020 Classification Code:�� 3841 Surgical and Medical Instruments NAICS Code:� 339112 Surgical and Medical Instrument Manufacturing Set Aside:� No Set-Aside/Unrestricted THIS IS A PRESOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION. Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Office of Acquisitions, Riverside Five, Suite 400, 8490 Progress Drive, Frederick, MD 21701, UNITED STATES. Description The National Cancer Institute (NCI) Office of Acquisitions, on behalf of the National Center for Complementary and Integrative Health (NCCIH), intends to negotiate and award a firm-fixed price purchase order on a non-competitive sole source basis for (2) QST Lab MRI Compatible Thermal Pain Testing Machines. � The response close date of this notice for this requirement is in accordance with FAR 5.101(a)(2). The product herein shall be procured in accordance FAR Part 12- Acquisition for Commercial Items and in accordance with the simplified acquisition procedures as authorized by FAR Part 13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The resultant award for this commercial product (FAR Part 12) will include all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99 (06/15/2018) and as required by the agency and NCI. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The North American Industry Classification System code is 339112, Surgical and Medical Instrument Manufacturing, and the business size standard is 1,000 employees. It has been determined that there are no opportunities to acquire green products or services for this procurement. NCCIH requires systems for safely and reliably delivering thermal stimuli to patients. The QST Lab thermal stimulator has unique characteristics necessary for our research that no other devices possess. These unique characteristics are the following. (1) The design has unique safety features, using multiple small Peltier devices, rather than one large one, reducing the maximum electrical resistance, so that this QST device cannot overheat to a level that could injure the participant. (2) The design allows the user to easily move the stimulation from one spot to another, without having to reposition the device. This feature avoids skin sensitization, again increasing safety. (3) This is the only device on the market that allows the recording of cold evoked potentials, an important element for our research. (4) This is the only device in which a single probe can be used to study the thermal grill illusion and diffuse noxious inhibitory control of pain, both important elements of the research being conducted in NCCIH. � Contractor shall provide the brand name QST Lab Thermal Cutaneous Stimulator TSC 11.1 and associated components (Quantity 2): Temperature range: 0� C to 60�C (0.1�C steps) Temperature ramp: 0.1 �C/sec to maximum 300� C/sec Absolute precision: 0.5� C Relative precision: 0.1 � C Five Independent stimulation zones (each can be set at a different temperature) Automatic calibration Automatic adjustment to neutral skin temperature Battery powered Ultraportable (4 Kg) No maintenance Vendor shall include all Shipping, Handling, and Insurance costs in price quote PLACE OF PERFORMANCE/DELIVERY: The contractor shall deliver the instruments within 60 calendar days after the award one to: Lauren Atlas, 10 Center Dr, RM 4-1741 Bethesda, Maryland 20892 and other one to Catherine Bushnell, 35A Convent Drive, Room 1E450, Bethesda, Maryland 20892. The contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery of the award, the contractor must notify Lauren Atlas and Catherine Bushnell to schedule the delivery date and time. INSPECTION/ACCEPTANCE: Inspection/Acceptance will occur at destination. PAYMENT: Payment shall be made after delivery, inspection and Government acceptance. INVOICING: Invoices shall be submitted to the shown in the award pursuant to the invoicing instructions in the award. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, QST Lab, under the authority of FAR 13.106-1(b)(1). It is believed that QST Lab, is the sole service provider that can meet the specific requirements needed by NCCIH. Based on market research, QST Lab was identified as the only company with the equipment necessary to supply the QST Lab MRI Compatible Thermal Pain Testing Machines. Therefore, the Government anticipates a non-competitive award to QST Lab as they appear to be the only vendor capable of fulfilling the Government�s requirement. This notice of intent/synopsis is not a request for competitive quotations. �However, if any interested party, especially a small business, believes it can meet the above requirement, it may submit a capability statement, proposal or quotation which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 3:00 PM Eastern Time, on August 10, 2020. All responses and questions must be in writing or emailed to Mary Muir, Contracting Officer via electronic mail at mary.muir@nih.gov. A determination by the Government not to continue with this proposed contract based upon responses to this notice is solely within the discretion of the Government. �Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls or facsimiles will be accepted.� In order to receive an award, contractors must be registered and have a valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM), through SAM.gov.� Reference solicitation number 75N91020Q00148 on all correspondence. Primary Point of Contact: Mary Muir Contracting Officer mary.muir@nih.gov Phone: (301) 624-8764
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c9f059e1871e42919852f46086bbb4d8/view)
 
Place of Performance
Address: Frederick, MD 21701, USA
Zip Code: 21701
Country: USA
 
Record
SN05742191-F 20200802/200731230150 (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.