MODIFICATION
66 -- SR Research Eye-Tracking System (Brand-name or equal)
- Notice Date
- 5/15/2023 2:22:24 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
- 75N95023Q00254
- Response Due
- 5/31/2023 2:00:00 PM
- Archive Date
- 06/15/2023
- Point of Contact
- Michael Horn, Kyle Miller
- E-Mail Address
-
michael.horn@nih.gov, kyle.miller2@nih.gov
(michael.horn@nih.gov, kyle.miller2@nih.gov)
- Description
- Title: SR research Eye-Tracking System (Brand-name or equal) RFQ: 75N95023Q00254 SAM.GOV: �(i)������� 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. (ii)������� The solicitation number is 75N95023Q00254 and the solicitation is issued as a request for quotation (RFQ). 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-03, with effective date April 26, 2023. �(iv)����� The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing 1,000 employees. There are no set-aside restrictions for this requirement. (v)������� The Neuroscience and Novel Therapeutics (NNT) Unit with collaboration with other labs in the Emotion and Development Branch (EDB) are expanding the research that involves tracking eye movements as they provide valuable correlates of cognitive and information processing across various of clinical phenomena. NIH is designing a number of tasks for this purpose which are conducted on healthy and clinical youth populations with the aim to be able to have mobility and record data naturality and outside of laboratory settings. Eye movement data will be central to many of NIH�s behavioral studies, and it requires the flexibility to be able to perform eye-tracking measures both in our behavioral testing rooms as well as other in other settings. There is a growing need and interest within our lab to address a current gap in data collection and to obtain equipment that is portable and able to acquire data using eye movements. (vi)������ The current research plan involves the study of neurophysiological assessments of attentional, cognitive flexibility, and arousal responses associated with clinical symptoms in youth. Tracking eye movements is critical to making inferences about what information individuals are attending and how information is being processed in the context of emotional and neutral stimuli. As such, eye tracking is necessary to the research NIH is planning to conduct in NNT as is in line with ongoing research conducted more broadly in EDB and with other collaborators.� To this end, NIH would like to request purchasing portable eye tracking equipment as per the specific requirements provided in the attached PURCHASE DESCRIPTION. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 30 days after receipt of order (ARO). Delivery shall be made to the below address with FOB Destination. Neuroscience and Novel Therapeutics Unit, Emotion and Development Branch Building�15K, Room 211 9000 Rockville Pike MSC2670 Bethesda, MD 20892 (viii)���� 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 (Aug 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.214-35 Submission of Offers in U.S. Currency (APR 1991) FAR 52.225-2, Buy American Certificate (Oct 2022) 52.225-6 Trade Agreements Certificate (FEB 2021) 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 (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Dec 2022). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2023) NIH Invoice and Payment Provisions (Apr 2022) (ix)������ 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) price; (ii) technical capability of the item offered to meet the Government requirement. The agency will first evaluate offerors� prices, and then evaluate the apparent lowest-priced quote to determine if it is technically acceptable. If the lowest-price quote is evaluated as unacceptable, then the agency will consider the acceptability of the next lowest-price quote, continuing this process as necessary. 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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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 Unique Entity ID from SAM.gov, 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 questions must be received by 9 a.m., Eastern Daylight/Standard Time, on May 22, 2023, and reference Solicitation Number 75N95023Q00254. Questions may be submitted electronically to Michael Horn at michael.horn@nih.gov and Kyle Miller at kyle.miller2@nih.gov . All quotations must be received by 5 p.m., Eastern Daylight/Standard Time, on May 31, 2023, and reference Solicitation Number 75N95023Q00254. Responses must be submitted electronically Michael Horn at michael.horn@nih .gov and Kyle Miller at kyle.miller2@nih.gov . Fax responses will not be accepted. Attachments: Purchase Description FAR 52.225-2, Buy American Certificate (Oct 2022) NIH Invoice and Payment Provisions (Apr 2022) Addendum to FAR 52.212-4 Terms and Conditions � Commercial Items FAR 52.212-5, Contract Terms and Conditions�Commercial Products and Commercial Services (Mar 2023) and Other Terms and Conditions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf29d48eb94c48aea522b0943c18fbba/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN06682018-F 20230517/230515230112 (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 |