Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

65 -- StealthStation S7 Neuronavigation System Accessories

Notice Date
9/12/2016
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies 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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-2016-758
 
Archive Date
10/4/2016
 
Point of Contact
Andrea McGee, Phone: 3014358781
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
StealthStation S7 Neuronavigation System Accessories HHS-NIH-NIDA-SSSA-PSOL-2016-758 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(SSSA)-PSOL-2016-435 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Medtronic USA, Inc 6743 S. Point Drive N, Jacksonville, FL 32216. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is 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. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide the StealthStation S7 Neuronavigation System Accessories. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated August 15, 2016. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 339113, Surgical Appliance And Supplies Manufacturing, size standard 750 employees. BACKGROUND The NINDS Surgical Neurology Branch (SNB) studies primary brain tumors, pituitary tumors, syringomyelia, drug delivery to the central nervous system, development of surgical technology/techniques, cell death in neurologic disorders and functional neurosurgery. The SNB provides diagnostic services for the Clinical Center to support and evaluate on-going medical care and research activities. The SNB currently owns an intraoperative neuronavigation system, specifically a Medtronic StealthStation S7 Neuronavigation System. As part of ongoing efforts to improve the safety and accuracy of surgical resections, additional instruments are required for the existing StealthStation S7 Neuronavigation System. The StealthStation S7 Neuronavigation System microscope probe and attachment, when used with a Carl Zeiss Pentero microscope, allow for rapid assessment and 3D tracking of multiple brain location points. Both instruments prevent the need to move the microscope in and out of the field while interrogating various locations, making surgery more efficient and safer for patients. Also, the Suretrak II System ensures all standard surgical instruments can be used during surgery with the StealthStation S7 Neuronavigation. PROJECT REQUIREMENTS The requirement consists of providing a Medtronic StealthStation S7 Neuronavigation System. 9730269- Microscope Probe Qty 1 9733852 INTF Kit Zeiss Pentero Hud S7 Qty 1 961-574 Instrument Set - Suretrak II Passive Qty 1 ANTICPATED PERIOD OF PERFORMANCE: The anticipated period of performance of this firm fixed price contract will be one (5) five days after receipt of order This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. 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 that believe that they are manufacturers or authorized resellers 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 following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by September 19, 2016 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-PSOL-2016-758. Responses may be submitted electronically to amcgee@mail.nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2016-758/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04267962-W 20160914/160912235918-04c42a09575ad7eb4defc28c5a0cb890 (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.