Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

66 -- EyeLink 1000 Plus System (Eye Movement Tracking System) and Associated Equipment - Purchase Description

Notice Date
9/5/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2017-534
 
Archive Date
9/26/2017
 
Point of Contact
Zenab A. Chowdhry, Phone: 3018276909, Nancy Lamon-Kritikos,
 
E-Mail Address
zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov
(zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation Cost Summary Chart Purchase Description HHS-NIH-NIDA-SSSA-CSS-2017- 534 Title: EyeLink 1000 Plus System (Eye Movement Tracking System) and Associated Equipment (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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017- 534 and the solicitation is issued as a Request for Quotation (RFQ) on an unrestricted and competitive basis. A firm fixed price purchase order is contemplated for this requirement. 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. (iv) The intended procurement is classified under NAICS code 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING with a Size Standard of 1,000 employees. This acquisition is NOT set aside for small businesses. (v) Background: Laboratory of Neuropsychology The Laboratory of Neuropsychology at NIMH investigates higher brain functions such as explicit and implicit face processing, memory, and reward. The lab will be working on a study that seeks to study causal relationships between brain areas and behavior. The new method will be used to understand the neural circuitry that primates use to interpret their visual world. Humans, like other primates, rely heavily on visual processing for appropriate social behavior. This novel work requires a very fast frame rate eye tracking system for training and behavioral analysis of nonhuman primates. Laboratory of Brain and Cognition, Section on Learning and Plasticity The Laboratory of Brain and Cognition, Section on Learning and Plasticity at NIMH, requires an eye tracker to monitor eye movements during transcranial magnetic stimulation (TMS) experiments. An eye tracking system to be used in the clinic for recording eye movements, gaze position and pupil diameter by the research staff. This eye tracking system will be used for research in cognitive studies employing transcranial magnetic stimulation (TMS). Laboratory of Neuropsychology, Section on Cognitive Neurophysiology and Imaging The Section on Cognitive Neurophysiology and Imaging, within the Laboratory of Neuropsychology plans to interrogate the functional significance of neural responses of face patch system located on ventrolateral surface of the marmoset brain. The Section will monitor local population of neurons within a face-selective region while the monkey is looking at the visual stimuli on the screen. To investigate how a given neuronal circuitry acts differently according to the viewing conditions, the animal's eye gaze position and movement pattern will be monitored via eye-tracking system across various viewing conditions. Different viewing conditions can include but are not limited to: maintaining a tight fixation to the center of the screen while stationary images briefly appear on the screen, freely exploring a stationary image during certain period of time, freely exploring a dynamic video stimulus. Eye movement pattern and gaze position are the key behavioral measures in this kind of visual experimental paradigm, through which we can access the final motor outcome of the whole visual system. To find a link between monkey's behavior and responses of a given population of neurons, it is extremely important to have a high-performance measurement device for eye movements. In addition, certain flexibility and versatility are required to use the system for various experimental situations, as we conduct experiments with awake animals Functional MRI Facility (FMRIF) The Functional MRI Facility (FMRIF) needs to acquire two MR-compatible eye tracking systems for users of the FMRIF-7T, FMRIF-3TA and FMRIF-3TD. Users of FMRIF need systems for monitoring, collecting, and analyzing high quality physiological data in response to visual, painful, emotion, and other stimulus while collecting neuroimaging data in the MRI environment. Tracking eye-position and pupil dilation are important physiological measure that can index arousal, attention, and cognitive effort and are only available via an eye tracking system. This procurement will enhance the scope of physiological data collected in the MRI for a range of patient populations, in numerous task and resting state conditions. Eye gaze measurements are known to determine attention and have recently been shown to contribute to decision-making. Pupil and eye-tracking data are difficult to measure in the MR-environment and must be collected reliably manner and synchronized precisely with stimulus presentation. Purpose and Objective: Several labs at the National Institute of Mental Health (NIMH) are in need of brand name or equal SR Research Ltd. equipment. Specifically, the eye tracker for nonhuman primates and associated hardware and equipment. Project Requirements: Please see the attached Purchase Description for further details regarding project requirements. Period of performance: 60 days from receipt of order. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Government may unilaterally change the COR designation at any time throughout the performance period of this contract. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2: The following evaluation factors are used when reviewing the technical proposals: • Lowest price technically acceptable. The contents of the quote received must match what is set forth in the Purchase Description. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4 Alternate I, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) 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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. The Offeror's quote shall indicate compliance with the Purchase Description, and describe an essential understanding of the requirements involved in fulfilling the needs of this requirement. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to provide the required supplies. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. 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 and time specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017- 534. Responses must be submitted electronically to zenab.chowdhry@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Zenab Chowdhry by email at zenab.chowdhry@nih.gov or by phone at 301-827-6909.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2017-534/listing.html)
 
Record
SN04661569-W 20170907/170905231843-a6c5ac7842dfa8a59e521a51b3590787 (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.