Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2023 SAM #7963
MODIFICATION

65 -- Electroencephalogram (EEG) system

Notice Date
9/14/2023 4:29:25 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
75N95023Q00623
 
Response Due
9/21/2023 9:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation No. 75N95023Q00623 Title: Electroencephalogram (EEG) System 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.� 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. A fixed-price type of purchase order is contemplated for this requirement. The solicitation number is 75N95023Q00623 and the solicitation is issued as a request for quotation (RFQ) as a total small business set-aside. (iii)�������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 / 09-07-2023. (iv)�������� The associated NAICS code 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing and the small business size standard 1,250 Employees.�� This requirement is a total small business set-aside. (v)��������� The National Institute of Mental Health (NIMH), Section on Social and Cognitive Developmental Neuroscience (SSCDN), requires the purchase of a high-density electroencephalogram (EEG) system to capture whole brain activity across the lifespan from infancy to adulthood.� (vi)�������� Purchase Description: GES 400 High Density EEG System, brand-name or equal to the MagStim EGI, Model 400 EGI EEG System hardware and software including the following components: (1) 128 Channel GES; 400 Portable. 128 Channel Net Amps 400, Apple Laptop Net Station Computer, Net Station Software License and HASP, Rolling Pelican Case, System Warranty: 1st Year Coverage; Product Code: 1401282; (2) 128/64/32 Channel Net Extension Cable, Net Extension Cable for 128/64/32 Channel Systems. Cable Length: TBD.� Product Code 4606128; (3) Net Support Kit: HCGSN Saline, includes all accessories required to start using, and care for, your HCGSN Saline Nets. Product code 4601071; (4) HCGSN 130 Saline: 128 channel Adult Medium 56-58cm. 128 Channel Saline HCGSN for 56-58cm head size, with 1 year warranty. Product code 4732020; (5) HCGSN 130 Saline: 128 channel Adult Small 54-56cm. 128 Channel Saline HCGSN for 54-56cm head size, with 1 year warranty. Product code 4732030; (6) 128 Channel GSN Extended Warranty, Additional year warranty for a single 128 Channel GSN (Year 2 Coverage). Product code S-WAR-NET-1000-128; (7) 128 Channel GSN Extended Warranty, Additional year warranty for a single 128 Channel GSN (Year 3 Coverage). Product code S-WAR-NET-1000-128; (8) AV Timing Validation Kit, Audio-Visual measurement kit to independently validate stimulus presentation timing. Product code 4608180; (9) Basic Support Contract, Basic Support Contract: Small Lab Provides one year of Support at the Basic Support Contract level for labs with 1 to 4 EGI Systems. Includes all benefits as detailed in the Guide to Research Support Contracts. Product code 2552000; (10) Training Day with System Purchase, Product code 2550024; (11) Installation & Set-up; and (12) Shipping & Handling. Salient characteristics 128 channels for collecting brainwave EEG data on infants. Detect scalp electrical activity missed by 10-20 EEG Interpret HD EEG data intuitively with Net Station software Quickly scan a 10-20 montage and go deeper using high density views Translate HD EEG data into cortical activity using optional software View cortical activity patterns overlaid on an MRI atlas head model Efficiently apply up to 256 electrodes simultaneously using the Geodesic Sensor Net Achieve excellent data quality without scalp abrasion or glue. Multiple sensor available in sizes from neonate to adult. Source Imaging software. Multiple fully integrated Video EEG packages. Physio 16 input box with 16 bipolar channels plus SpO2. Multiple Reading stations with choice of large monitors for data viewing. (vii)������� Delivery shall be Thirty (30) calendar days after receipt of the order. Delivery shall be made to the NIH/NIMH, Section on Social and Cognitive Developmental Neuroscience, 10 Center Drive, Room CRC/4-2352, Bethesda, Maryland 20892, USA.�� (viii)������ The provision at FAR Clause 52.212-1 Instructions to Offerors�Commercial Items (September 2023), is applicable to this solicitation. (ix)�������� The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (November 2021), applies to this acquisition. �� Although technical factors are of paramount consideration in the award of the contract, price and past performance are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in herein. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirement as set forth herein. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors set forth above. (a)�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 factors�shall�be used to evaluate�offers: (1) minimum specifications of the technical, performance, and functional characteristics of the proposed product; (2) technical support, customer support and delivery, installation, and set-up plan; (3) warranty and preventative maintenance agreement plan; (4) Past Performance; and (5) Price. Although technical factors are of paramount consideration in the award of the contract, price and past performance are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in herein. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirement as set forth herein. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors set forth above. The evaluation factors are used when reviewing the proposals: (1) Technical Capability and Functionality�NIDA shall evaluate the offeror�s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description; (2) Contract Management and Customer Support�NIDA shall evaluate the offeror�s ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems; (3) Speed of Delivery, Installation and Set-up�NIDA shall evaluate the offeror�s technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the statement of work; (4) Past Performance�Offerors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. Furthermore, the Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information; and (5) Price� Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. (b)�Options. The Government will evaluate�offers�for award purposes by adding the total price for all�options�to the total price for the basic requirement. The Government�may�determine that an�offer�is unacceptable if the�option�prices are significantly unbalanced. Evaluation of�options�shall�not obligate the Government to exercise the�option(s). (c)�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. (End of provision) x.� � �The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items (September 2023), applies to this acquisition. xi.� � �The provision at FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (December 2022), applies to this acquisition. xii.� � �The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (September 2023), applies to this acquisition. xiii.� � �There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. xiv.� � �The Defense Priorities and Allocations System (DPAS) are not applicable to this requireme xv.� � �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.� Basic cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required goods/services. 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 submit its quote electronically. 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 offeror�s Unique Entity Identifier (UEI) 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 September 21, 2023, 12:00 Noon, Eastern Standard Time. �Late responses will not be accepted. All responses must reference solicitation number 75N95023Q00623. Responses must be submitted electronically to debra.hawkins@nih.gov. For information regarding this solicitation, please contact Debra C. Hawkins by email to �debra.hawkins@nih.gov or by phone at 301-827-7751. xvi.� � �DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to Debra C. Hawkins, at debra.hawkins@nih.gov on or before September 20, 2023. 12:00 Noon, Eastern Standard Time, Fax responses will NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7465627cb5e6490ba97ac9096ceb4dcc/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06831148-F 20230916/230914230118 (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.