SOLICITATION NOTICE
65 -- Electromyography
- Notice Date
- 9/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Research Center, 503 Robert Grant Ave., Contracting Dept, Bldg 500, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- N6311618Q6017
- Archive Date
- 10/9/2018
- Point of Contact
- Ronetta M Sweeney, Phone: 9379383921, Michael J. Pollnow, Phone: 6192215402
- E-Mail Address
-
Ronetta.Sweeney.3@us.af.mil, michael.j.pollnow.ctr@mail.mil
(Ronetta.Sweeney.3@us.af.mil, michael.j.pollnow.ctr@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. In conjunction with FAR Subpart 12.6, FAR Part 13, Simplified Acquisitions Procedures, are applicable. The RFQ number is N63116-18-Q-0617. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-100 and DFARS Publication Notice 20180824. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334510, and the Small Business Standard is 1250. The proposed contract is 100% set aside for small business concerns in accordance with (IAW) FAR clause 52.219-6. The Small Business Office concurs with the set-aside decision. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most the advantageous to the Government. Offers will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. All offers shall be submitted via e-mail to Ronetta.Sweeney.3@us.af.mil. As NAMRU-D is a Government facility, no sales tax will be paid. All quotes must include the Company Name, Full Address, CAGE Code and Point of Contact information including Name, Phone Number and E-Mail address. The Naval Medical Research Unit (NAMRU) Dayton is pursuing a one-time, firm-fixed price contract action for an electromyography system for the purpose of in-flight use, human-systems integration and ergonomic Implications which need to be assessed to understand how mounted equipment may affect the performance of the warfighter. NAMRU Dayton requests offers from qualified sources, and the surface electromyography system shall be Brand name or equal to the Delsys Trigno System including the DS: Wireless System:T03-A16128, Qty: 1 each; SP:W01C, Qty:16 each; DS: Trigger Module:(U02), Qty:1 each; which meets the following requirements: Wireless measurement/transmission capability Snap leads for connection to Ag-AgCl electrodes to minimize impedance Portable for use in a variety of environments (i.e., crowded radio frequency conditions) Does not have data buffering, retransmission of signals, or the need to upload data post-collection Software has continuous quality checks High sampling rate (minimum of 1000Hz) Real-time visualization Capable of synchronization with other biomechanical measurement systems For the purpose of joint studies and data sharing, the system shall be compatible with NAMRU-D and Ohio State University (OSU) Spine Research Institute modeling software Must include 24 month warranty or service contract Must include training of NAMRU-D personnel Must provide phone number and location of technical support Item No. 0002: FOB Destination is preferred Payment terms NET 30. Invoicing shall be IAW DFARS 252.232-7003 Procedures. Delivery shall be 60 days ARO by the Government; Delivery Location is to NAMRU-D, 2624 Q Street, Bldg.851, Wright-Patterson AFB, OH, 45433-5707. Responsibility and Inspection, unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items (Class Deviation 2018-O0018); 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (NOV 2017)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a3b4c6053ef5b3c6db8c0cfa4795442)
- Place of Performance
- Address: NAMRU-D, 2624 Q Street, Bldg.851, Wright-Patterson, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN05097735-W 20180922/180920230859-7a3b4c6053ef5b3c6db8c0cfa4795442 (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 |