SOLICITATION NOTICE
66 -- Telemetry System - Purchase Description
- Notice Date
- 8/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-15-638
- Archive Date
- 9/8/2015
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Purchase 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 HHS-NIH-NIDA-SSSA-CSS-15-638 and the solicitation is issued as request for quotation (RFQ) a. 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; FAR Subpart 13.5—Test Program for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. This is a small business set aside. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. (iv) The associated NAICS code is 334516 and the small business size standard is 500 employees (v) Project Title: Telemetry System (vi) Background: Humans in the state of drug dependence/withdrawal show signs of sleep and body temperature dysregulation. To date, understanding the physiological and behavioral bases for this dysregulation has yet to be elucidated. We propose using an animal model of addiction to further understand sleep architecture and other behavioral indices of drug addiction/withdrawal. The National Institute on Drug Abuse requires equipment to assess sleep/wake behavior, locomotor activity, and body temperature simultaneously in rats before and after development of drug dependence. Purchase Description: 1. Brand Name or Equal Purchase Description Lasers • Manufacturer's name: Data Sciences International • Model/type/part numbers: Penomah Software system (PNM-P3P-CFG) and receivers (272-6001-001) for elementary data acquisition in 8 animals, with Neuroscore software for data analyses (271-0165-CFG) • Features or characteristics of the product that are essential to the program’s use: System must simultaneous acquisition of sleep/wake behavior, locomotor activity, and body temperature before and after development of drug dependence in a freely-moving (i.e., non-tethered) animal. System must provide a telemetry device exchange service to defray costs associated with purchasing new replacement devices. The software must efficiently and consistently analyze large, continuous data sets common to sleep studies in an easy-to-use format that significantly reduces analysis time. The system must be equipped with video synchronization that will improve confidence in results by synchronizing video data to further classify behavioral events. • DSI telemetry system or equal must at a minimum be allow for o Collection of EEG/EMG signal data, locomotor activity, and body temperature simultaneously in a freely-moving animal. o future system/receiver add-ons. o implantable telemetry devices o video synchronization to behavioral events. o Ability to record up to 8 animals simultaneously, with ability to add more Delivery is anticipated 30 days from notice of award. (vii) Place(s) of delivery or acceptance:. NIDA IRP 251 Bayview Blvd., Suite 200, Baltimore, MD 21224 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. (ix) The provision FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. (x) The provision of FAR clause 52,212-1, Instructions to Offerors—Commercial Items (Apr 2014), applies to this acquisition. (xi) The provision of FAR clause 52.212-2, Evaluation – Commercial Items (January 1999), applies to this acquisition. (xii) The Government will award a purchase order resulting from this solicitation on the basis of best value in relation to pricing. The major evaluation factors for this solicitation include technical (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation will be made in accordance to the contractor’s ability of meeting each of the criteria listed in the purchase description. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Evaluation factor 1: Technical Capability- Contractor must demonstrate ability to provide a telemetry system that has the features outlined in the purchase description (80 points) Evaluation factor 2: Delivery time-Contractor must demonstrate ability to meet the delivery schedule. (20 points) The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government’s required schedule. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the government. (xiii) The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. (xiv) FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items (July 2013), applies to this acquisition. (xv) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (September 2013), applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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. 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.” All responses must be received by August 24,2015 12pm EST. Eastern standard time and must reference number HHS-NIH-NIDA-SSSA-CSS-15-638. Responses may be submitted electronically to Farrin.Stanton@NIH.gov Attention: Farrin Stanton. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-638 /listing.html)
- Place of Performance
- Address: 31 Center Drive, Suite 1B59, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN03834190-W 20150813/150812000914-4a190f470d563a65d7b65c5e2bd9fc14 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |