Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2017 FBO #5752
SOLICITATION NOTICE

66 -- High-channel data acquisition amplifier system - 52.212-5

Notice Date
8/21/2017
 
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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2017-744
 
Archive Date
9/12/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-5 (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-2017-744 and the solicitation is issued as a Request for Quotation (RFQ) with a socio-economic set-aside restriction to Small Businesses. 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 of $150,000.00. A Fixed-Price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-94,2005-95 / 01-19-2017. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 1000 employees. (v) Background The Section of Neurocircuitry (sNC) in the Laboratory of Brain and Cognition (LBC) at the National Institute of Mental Health (NIMH) requires a high-channel data acquisition system capable of recording electrophysiological signals simultaneously from multiple neurons. Data will be acquired from neurons using surgically implanted electrode arrays (each array consists of approximately 100 electrical contacts). The arrays will be placed in two or more brain areas of the non-human primate (NHP) subjects. Simultaneous recordings allow assessment of the spatial and temporal dynamics of neuronal activity within and between areas in ways that are not possible when recording from a small group of, e.g. less than 40, cells. High channel counts also allow the simultaneous measurement of population responses to discrete events such as (1) particular behavioral decisions, (2) learning-related behavioral changes, and (3) manipulations of brain circuits (e.g. through electrical stimulation on certain electrodes or pharmacological inactivation of a particular brain area). Purpose and Objective: The purpose of this requirement is to obtain one (1) High-channel data acquisition amplifier system and accessories on a BRAND NAME or EQUAL basis to the Grapevine Neural Interface Processor (NIP) - 512 Channels that is manufactured by Ripple LLC located at 2056 South 1100 East, Salt Lake City, UT 84106. Product Description: Products offered must include those salient physical, functional, or other characteristics of the Grapevine Neural Interface Processor (NIP) - 512 Channels that is manufactured by Ripple LLC that are deemed essential in meeting the government's needs. Specifically, the following are considered essential features for this requirement: Ability to record from at least 256 channels, digitize and filter the neuronal signal near to the NHP subject's head, deliver electrical stimulation to a subset (at least 32) of the recording channels, accept synchronized signals from other devices such as an eye tracker (analog signals) and behavioral event markers codes (digital words). Channels must be identified as Recording only or Stimulation and Recording capable, to include analog I/O front end and digital I/O front end capability, and cables and adaptors. Possessing software tools for thresholding and discriminating neuronal waveforms during data collection (to allow for monitoring of neuronal isolation and closed-loop feedback) and onsite training and installation are also essential features. OPTION(S): The system should be upgradable to at least 384 channels of neuronal recordings (i.e., 12 recording and/or stimulation units of 32 channels each) and shall be indicated. Products offered must be essentially equal to the specified supply described in this solicitation that specifically includes the following P/N, unit and quantity: R02244 Grapevine Neural Interface Processor (NIP) - 512 Channels 1; R02002 Nano2-HV - 32ch Recording FE (high-V protection) 8; R02003 Nano2+Stim - 32ch Stim & Record Front End 1; R02241 Single Front End Cable (Circular) 1; R00244 Quad Front End Cable (Circular) 2; R00407 Analog I/O - +5 V Analog IO Front End 1; R00591 Digital I/O - LVTTL Digital IO Front End 1; R01129 Double I/O Cable (Micro-D) 1; ADACUS Grapevine Adapter - Custom - FE to electrode adapters 9; GVTRAIN On-Site Training and Installation (per day) 1. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty or software license schedules applicable. Inspection and acceptance will be performed at the National Institutes of Health, National Institute on Mental Health, located in Building 49 at 9000 Wisconsin Ave, Bethesda, MD 20814. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Installation and onsite training should be quoted on separate line items. Shipping and handling cost must be included in any quotation submitted in response to this solicitation. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. 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. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.211-6 Brand Name or Equal (Aug 1999); (b) 52.217-6 Option for Increased Quantity (Mar 1989). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. See attached for the appendix to 52.212-5. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors MUST submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject unit of supply. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-744. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-744/listing.html)
 
Record
SN04638926-W 20170823/170821232159-ef51ade539604c0d81ce17e3f6782104 (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.