Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2020 SAM #6688
SOLICITATION NOTICE

65 -- I-Portal� Dx 100 � with VEST� Software and a Cognitive and Vergence Test Set

Notice Date
3/20/2020 2:16:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00052
 
Response Due
3/30/2020 7:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
Renee Dougherty, Phone: 301-827-8453
 
E-Mail Address
Renee.Dougherty@nih.gov
(Renee.Dougherty@nih.gov)
 
Description
Title: I-Portal� Dx 100 � with VEST� Software and a Cognitive and Vergence Test Set (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; quotations are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95020Q00052 and the solicitation is issued as a Request for Quotation (RFQ). 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�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA) Office of Acquisition (OA), Contracts Management Branch Blue on behalf of the National Institute on Aging (NIA), intends to negotiate and award a Purchase Order without providing for full and open competition (including brand-name) to Neurolign USA, LLC, 128 Gamma Drive, Pittsburgh, PA 15238 for an I-Portal� Dx 100 � with VEST� Software and a Cognitive and Vergence Test Set. This acquisition is conducted as non-competitive for a commercial item and is conducted under the authority of the FAR Subpart 13.106-1(b)(1)(i)�Soliciting from a single source.� The rationale for the brand name justification is that there is only one manufacturer of an head mounted binocular eye tracking diagnostic device that allows for oculomotor, vestibular, and reaction time tests (cleared by the Food and Drug Administration). �The manufacturer does not have authorized resellers who can competitively respond to a solicitation. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated January 15, 2020. (iv)������ The associated NAICS code 334510 and the small business size standard 500. (v)������� This requirement is for the following brand-name only items: Manufacturer: Neurolign USA, LLC: Part # DX-100� � Quantity 1 � I-Portal� Dx 100 � -Head-mounted, high resolution display with integrated I-Portal� 100Hz, binocular eye tracker.� Includes: Adjustable head straps, Laptop Computer, Power and connection cables and apparatus.� VEST� Software includes the following FDA-cleared tests: Spontaneous Nystagmus, Gaze nystagmus � Horizontal and Vertical, Smooth Pursuit � Horizontal and Vertical, Saccade-Random, Horizontal and Random Vertical, Optokinetic (OKN) � Horizontal, Subjective Visual � Vertical, Subjective Visual � Horizontal, Caloric, Positional, Positioning, Custom Test.� Delivered with release of VEST� 2019.� Optokinetic (OKN) � Vertical and Torsional, Visual Reaction Time* and Auditory Reaction Time* *Training is required and will activate a 2-Year Help Desk Support benefit described in attached Coverage Summary Sheet. Part # VEST � Quantity 1 - VEST� 8.2 & I-Portal� 6.2 Operating and Analysis Software Part # TEST-CV6 � Quantity 1 � Cognitive and Vergence Test Set � includes the following: Predictive Saccade � Horizontal, Antisacade, Self-paced saccade, Vergence � Smooth Pursuit, Vergence � Stepped. Part # TR-1 � Quantity 1 � Training � 1.5 days combined on-site and remote web/phone.� Up to 4 people. (vi)������ This I-Portal� Dx 100 � with VEST� Software and Cognitive and Vergence Test Set will allow for testing that includes oculomotor, vestibular, and reaction time tests that are cleared by the Food and Drug Administration.� (vii)����� Place of delivery is 251 Bayview Blvd., Suite 100 Baltimore, Maryland 21224 approximately 2 weeks after receipt of Purchse Order. (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: � Demonstrated ability to provide an I-Portal� Dx 100 � with VEST� Software and a Cognitive and Vergence Test Set in accordance with the requirement description above. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� The Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� � (xiii)���� There are no additional contract requirements or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� 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.� 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 by March 30, 2020 at 10:00 a.m. Eastern Standard Time and reference number 75N95020Q00052.� Responses may be submitted electronically to Renee Dougherty at renee.dougherty@nih.gov. Fax responses will not be accepted. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation is Renee Dougherty at 301-827-8453. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74ba990efd7f4718adba1c0defed6df0/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05596069-F 20200322/200320230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.