Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOLICITATION NOTICE

66 -- PRE-SOLICITATION NOTICE OF INTENT TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION: NIMH Biocompatible Telemetry System

Notice Date
4/11/2023 12:55:22 PM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-23-002839-NOI
 
Response Due
4/26/2023 2:00:00 PM
 
Point of Contact
Kyle Miller, Christine Frate
 
E-Mail Address
kyle.miller2@nih.gov, christine.frate@nih.gov
(kyle.miller2@nih.gov, christine.frate@nih.gov)
 
Description
NOTICE OF INTENT to Sole Source SOLICITATION NUMBER: NIMH-23-002839-NOI TITLE: �NIMH Biocompatible Telemetry System CLASSIFICATION CODE:�66 -- Instruments & laboratory equipment NAICS CODE: 334516 � Analytical Laboratory Instrument Manufacturing RESPONSE DATE: 4/26/23 PRIMARY POINTS OF CONTACT: Kyle Miller Kyle.Miller2@nih.gov Christine Frate Christine.Frate@nih.gov 7. DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute of Mental Health (NIMH) Intramural Research Program (IRP) intends to negotiate on a sole source basis with TSE Systems, Inc. for the purchase of biocompatible telemetry equipment to enable wireless monitoring and recording of physiological measures in socially housed rhesus monkeys. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 334516 � Analytical Laboratory Instrument Manufacturing with a Size Standard of 1,000 employees REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-02 dated February 22, 2022. DESCRIPTION OF REQUIREMENT � The NIMH IRP conducts basic research on the neurophysiological substrates of many cognitive functions�including reward processing, decision making, and emotional regulation. As such, several research projects within the Laboratory of Neuropsychology (LN) necessitate wireless monitoring of heart rate and body temperature in awake, unrestrained rhesus monkeys. To accomplish this, we require the use of surgically implanted telemetry transmitters that are MRI-compatible, well-tolerated in nonhuman primates, and have a battery that can last 180 days or longer (depending on sampling rate). Because rhesus monkeys are free to move around home cage environments that exceed the transmission range of typical telemetry receivers (i.e., ~5 meters), it is imperative to use memory-style telemetry implants that can record and store physiological data locally until the monkey comes within range of the telemetry receiver�at which point the locally stored data can be wirelessly transferred. The Stellar Telemetry implants (model: BTA-XL) produced by TSE systems fit this description and are, therefore, well-suited for LN research projects. Salient characteristics Surgically implantable transmitters are less than 20 cc in volume, and compatible with large mammals (i.e., rhesus monkeys) weighing over 6 kg. Biopotential leads are sufficiently long (i.e., 60 cm) to safely record heart rate (i.e., ECG) Accelerometer in the implanted transmitter detects and records the animal�s movements. Fully enclosed in biocompatible casing and safe to place in MRI scanners. Memory-style implanted transmitter stores data locally to prevent data loss when subject(s) are out of range (i.e., >5 meters) from the wireless receiver. Transmitters can be put into a �low-power� state to conserve battery life. Wireless Receiver has 8 independent channels, allowing simultaneous operation with several monkeys at a single time. Data acquisition & analysis software allows user to customize change data collection parameters (e.g., sample rate, recording frequency, etc.) and export data to other software programs (i.e., MATLAB) for further analysis. Delivery is expected within 120 days after receipt of order. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION During market research, it was found that this is only commercial product in the market that uses memory-style telemetry implants that can record and store physiological data locally until the monkey comes within range of the telemetry receiver. Because rhesus monkeys are free to move around home cage environments that exceed the transmission range of typical telemetry receivers (i.e., ~5 meters), it is imperative to use memory-style telemetry implants that can record and store physiological data locally until the monkey comes within range of the telemetry receiver�at which point the locally stored data can be wirelessly transferred. TSE Systems, Inc. is also the only product on the market with a higher than typical transmission range allowing a greater area of data collection that is imperative with socially housed free-roam monkeys. Therefore, with these facts in mind, it was found that TSE Systems, Inc. is the only vendor that can provide the needed products. The intended source is: TSE Systems, Inc. 186 Chesterfield Industrial Blvd. Chesterfield, MO 63005 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity Identifier ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIMH-23-002839-NOI. Responses must be submitted electronically to Kyle Miller, Contract Specialist, at kyle.miller2@nih.gov and Christine Frate, Contracting Officer, at Christine.Frate@nih.gov. U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2bf34aa8af4483aabd1fa87a23fa80e/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06647293-F 20230413/230411230110 (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.