Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

D -- Upgrade and Support for nonhuman primate behavioral control and acquisition software

Notice Date
7/9/2020 10:29:01 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH2004290
 
Response Due
7/20/2020 9:00:00 AM
 
Archive Date
07/21/2020
 
Point of Contact
Valerie Whipple, Phone: 3018275218
 
E-Mail Address
Valerie.whipple@nih.gov
(Valerie.whipple@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Small Business Sources Sought Notice The purpose of this acquisition is to procure software upgrade and support to control and collect data during nonhuman primate behavioral neurophysiology experiments.� Notice ID: NIMH2004290 Type: Small Business Sources Sought Office: NATIONAL INSTITUTES OF HEALTH, Office of Acquisitions, NIDA Published Date: July 9, 2020 Response Date: July 20, 2020 Reference Number: NIMH2004290 NAICS Code: 541511 �Custom Computer Programming Services Title: Upgrade and Support for nonhuman primate behavioral control and acquisition software Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service? disabled, veteran?owned small businesses; 8(a) small businesses; veteran?owned small businesses; woman?owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set?aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made because of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.���������� This request is for a software upgrade with support for a system developed by Massachusetts Institute of Technology (MIT) called MWorks.� The software is highly specialized for behavioral control and real-time data collection in experiments with nonhuman primates. The software is a critical tool for research at the NIH, National Institute on Mental Health. The essential characteristics of the MWorks software upgrade with support are the need for compatibility with the Blackrock Microsystems driver for high power implantable LEDs.� Software upgrades must be specifically developed for nonhuman primate research and be compatible with MWorks which is real-time data acquisition software.� There is also a need for MWorks software support.� Any offeror must understand the functional and software architecture of how MWorks is used to provide high-speed video/image presentation.��� Capability statement /information sought. The respondents must submit clear and convincing evidence that they are able to meet the requirements described above. The response shall include: the 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 to determine the method of acquisition. The information must address each of the minimum specifications above.� The response must also indicate the country of manufacturer. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Nonmanufacturer Rule). The response must also include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone, and e?mail addresses. All responses to this notice must be submitted electronically to Valerie Whipple at valerie.whipple@nih.gov on or before July 20, 2020�at 12:00 PM. Facsimile responses are NOT accepted. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to provide the product or perform the services specified herein. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Beta sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non? proprietary technical information in any resultant solicitation(s).�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/237c6eedaee04ea0b82cd70ff61b7cb8/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05716831-F 20200711/200709230145 (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.