Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

66 -- Neuronavigation Tracking System and Subject Chair

Notice Date
8/31/2015
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-NOI-15-678
 
Archive Date
9/19/2015
 
Point of Contact
Paul C. Marsalese,
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION 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 National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Recherches Rogue Inc, Les. The purpose of this purchase order is for a neuronavigation tracking system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541712 with a Size Standard of 500 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-82 dated May 7, 2015. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Purpose and Objectives for the Acquisition: The National Institute of Mental Health, Experimental Therapeutics & Pathophysiology Branch requires a neuronavigational system to target transcranial magnetic stimulation (TMS) for research and development purposes in the newly-forming Clinical Neuromodulation Laboratory in the NIMH. This system is essential to the mission of the new lab, which is to develop new tools with which to measure and modulate plasticity in the human brain, as it provides the means to locate targets for brain stimulation (identified via MRI) with millimeter accuracy. The section on Experimental Therapeutics and Pathophysiology has a requirement for the purchase of a Brainsight 2 Neuronavigation Tracking System and subject chair for Transcranial Magnetic Stimulation (TMS) in order to perform experiments investigating cortical circuits in human vision. The hardware and software instrument used to investigate cortical circuits in human vision shall allow for real time tracking of both the patient's head position and the position of the stimulating coil. 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. Specifically, Recherches Rogue Inc, Les is the only vendor in the current market place that can provide the neuronavigation tracking system required by the National Instute of Mental Health. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sources sought notice was posted to FedBizOpps referencing the above detailed generic requirements and no responses were received. Additionally, knowledgeable inviduals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor other than Recherches Rogue Inc, Les which could meet the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. Therefore, only Recherches Rogue Inc, Les is capable of meeting the needs of this requirement. The intended source is: Recherches Rogue Inc, Les 4398 Boul Saint-Laurent Bureau 206 Montreal, QC, H2W 1Z5, Canada APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) is applicable to this requirement. The Defense Priorities and Allocations System (DPAS) are 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 Dun & Bradstreet Number (DUNS), 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 Paul Marsalese, Contract Specialist, at paul.marsalese@nih.gov. US Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-678/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03863850-W 20150902/150831235614-9cc724ec1e3ff4d34ebaec840919a346 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.