SOLICITATION NOTICE
65 -- Digitizer module to handle high speed data transfer for an AOD-based two photon microscope (Brand Name Only)
- Notice Date
- 2/13/2024 9:48:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NINDS ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N95024Q00057RC
- Response Due
- 2/16/2024 11:00:00 AM
- Archive Date
- 03/02/2024
- Point of Contact
- Morgen Slager
- E-Mail Address
-
morgen.slager@nih.gov
(morgen.slager@nih.gov)
- Description
- (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 75N95024Q00057RC 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of National Institute of Neurological Disorders and Stroke (NINDS), intends to negotiate and award a Firm Fixed Priced contract without providing for full and open competition (including brand-name) for National Instruments Corp digitizer module to handle high speed data transfer for an AOD-based two photon microscope, with a one year warranty. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1)(i). The essential characteristics of this requirement that limit it to BRAND NAME ONLY are that the equipment that provides a high-speed digitizer module compatible with the FLEXRio platform proprietary knowledge belonging to National Instruments. (iii)� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-02 dated January 22, 2024. (iv)� �The associated NAICS code 811210 � Electronic and Precision Equipment Repair and Maintenance and the size standard in millions of dollars is $34. (v)� �This requirement is for National Instruments Corp digitizer module to handle high speed data transfer for an AOD-based two photon microscope, with a one year warranty. (vi)� �The agreement will include depot hardware and software maintenance/support. Background: A major goal of the research performed by the lab is to understand communication between the neocortex and cerebellum while animals learn novel behavioral skills over weeks. The lab measures activity in both cortex and cerebellum simultaneously using a custom dual-site two-photon microscope, across multiple genetically defined populations using dual-wavelength two-color imaging, and by combining imaging of one neural population with stimulation of another. To equip this microscope with next-generation imaging capabilities, it is critical to employ a mechanism to enable high-speed, random access, volumetric laser scanning with real-time brain motion correction. Purpose: The purpose of this requirement is to procure NI 5722 1.6 GS/s, 12-Bit, 2.27 GHz Bandwidth, 2-Channel Digitizer Adapter Module for FlexRIO The cortex-cerebellum circuitry lab needs a digitizer module to handle high speed data transfer for an AOD-based two photon microscopes. Specifically, the following must be provided: ����������� 5722 1.6 GS/s, ����������� 12-Bit, ����������� 2.27 GHz Bandwidth, ����������� 2-Channel Digitizer Adapter Module for FlexRIO 1 Year Warranty for equipment. (vii)���The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated period of performance is: Delivery: 180 days after receipt of the award (ARO) (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 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (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 (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). 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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2023) NIH Invoice and Payment Provisions FAR 52.225-2, Buy American Certificate (Feb 2021) (ix)� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), 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 (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)���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. The Unique Entity ID (UEI), 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 2:00p.m., Eastern Daylight/Standard Time, on February 15, 2024, and reference solicitation number 75N95024Q00057RC. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3c2107d0ed96488e9f813e28a1eac92d/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06964808-F 20240215/240213230046 (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 |