SOLICITATION NOTICE
65 -- Digital Swallowing System
- Notice Date
- 9/11/2023 11:08:02 AM
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 23-007515
- Response Due
- 9/21/2023 9:00:00 AM
- Archive Date
- 10/06/2023
- Point of Contact
- Susan Nsangou, Phone: 3014969351
- E-Mail Address
-
susan.nsangou@nih.gov
(susan.nsangou@nih.gov)
- Description
- This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The NIH Clinical Center, Office of Purchasing and Contracts, intends to negotiate and award a purchase order with Pentax Medical, ENT and Speech, 3 Paragon Drive, Montvale, NJ 07645, for a digital swallowing system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 339112 with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) 13.106, Only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT The anticipated award date is September 29, 2023.� CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. The Speech Language Pathology �Section in the Rehabilitation Medicine Department at the National Institutes of Health is located in the world's largest clinical research facility - the Mark O. Hatfield Clinical Research Center. Speech Language Pathologists are responsible for providing clinical and clinical research expertise for patients with rare disorders and their specific treatments.� In assessing speech, vocal qualities and vocal fold function, , the speech pathologists �utilized stroboscopy and computer speech laboratory acoustics to assess varying parameters of speech and swallowing functions.� These are necessary assessments to determine a� patient safety for effective communication, airway protection and movement of the truce vocal folds.� Speech pathologists utilize information obtained from theses assessments to provide clinical rehabilitation and document research parameters for a variety of protocols.� This stroboscopy unit and upgrades to existing computer speech laboratory software will provide improved flexibility in patient care and research data as all information for the last 20 years utilized this format of clinical and research data. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Additionally, knowledgeable individuals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.213 and other HHSAR and NIH clauses are applicable. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 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 shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. 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 the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Susan Nsangou, Contracting Officer, susan.nsangou@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/164f0df567c2495884f5c5c62898099f/view)
- Record
- SN06826617-F 20230913/230911230105 (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 |