Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2014 FBO #4556
SOLICITATION NOTICE

65 -- Functional Near Infrared (fNIR) Brain Imaging System.

Notice Date
5/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
ACC-APG - RTP, ATTN: CCAP-SCR, Research Triangle Park Contracting Division, P.O. Box 12211, Research Triangle Park, NC 27709-2211
 
ZIP Code
27709-2211
 
Solicitation Number
W911NF-14-C-FNIR
 
Response Due
5/30/2014
 
Archive Date
7/13/2014
 
Point of Contact
Briann Richardson, 407-384-3610
 
E-Mail Address
ACC-APG - RTP
(briann.richardson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The solicitation is being issued using simplified acquisition procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510. The small business size standard is 500 employees and only small businesses shall be considered for award as this requirement is set-aside 100% for small business. The U.S. Army Research, Development and Engineering Command, Army Research Laboratory, Human Research and Engineering Directorate, SFC Paul Ray Smith Simulation and Training Technology Center (RDECOM-ARL-HRED STTC) Medical Simulation Research Branch has a requirement for one (1) Functional Near Infrared (fNIR) Brain Imaging System. All interested Contractors shall provide a quote for the following: Line Item 0001: Functional Near Infrared (fNIR) Brain Imaging System that shall meet or exceed the following salient characteristics: 1) Size: desktop or backpack if mobile 2) Emitters 3) Optodes 4) All wiring / cabling necessary for operation 5) Mechanism for securing to head, such as cap or band 6) Control / processing unit 7) Control / data acquisition software 8) Utilizes near infrared light to detect oxygenation 9) At least 8 illumination sources and 8 detectors 10) Sensitivity of detectors: less than 10pW 11) Light weight ( less than 2kg) 12) Battery operated 13) Wearable 14) Depth detection of 1-2cm minimum 15) Real-time display of activity 16) Software and Hardware included 17) Analysis software independent 18) Hair penetration 19) Software for signal processing and analysis with features such as: - Event triggers - Motion artifact removal - Moving averages / block averages - Data visualization 20) Technical support The contractor shall deliver the Functional Near Infrared (fNIR) Brain Imaging System to SFC Paul Ray Smith Simulation and Training Technology Center, Attn: Matthew Hackett, 12423 Research Parkway, Orlando, FL 32826. The delivery date will be 31 July 2014. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in this solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of this requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total quoted price. Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items, the offeror will not be considered. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 (including subparagraphs) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor - Cooperation With Authorities And Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7011 Alternative Line Item Structure 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues Required Submissions: 1. Past Performance: Offerors must provide a list of at least three (3) references to whom the same or similar services has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the services sold to the three (3) references; 2. An electronic copy of a quotation which addresses the line item; 3. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, quote mark The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. quote mark OR The offeror shall state quote mark The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following quote mark : Offeror shall list exception(s) and rationale for the exception(s). Please note that this procurement is also being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon a GSA FSS or GWAC contract, the Government will accept the quoted price on GSA e-buy ONLY. The terms and conditions stated herein will be included in any resultant Purchase Order. All quotes must be received no later than 5:00 PM ET, May 30, 2014. All quotes should be submitted via email to: Briann Richardson, Sr. Contract Specialist, briann.l.richardson.civ@mail.mil. Faxed quotes shall not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Sr. Contract Specialist noted above. Contracting Office Address: ACC-APG - RTP, ATTN: CCAP-SCR, 12423 Research Parkway, Orlando, FL 32826. Place of Performance: SFC Paul Ray Smith Simulation and Training Technology Center, Attn: Matthew Hackett, 12423 Research Parkway, Orlando, FL 32826. Point of Contact(s): Briann Richardson, 407-384-3610, briann.l.richardson.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58a8629ec5b289981f82d0de9e60bc0f)
 
Place of Performance
Address: ACC-APG - RTP ATTN: CCAP-SCR, 12423 Research Parkway ORLANDO FL
Zip Code: 32826
 
Record
SN03366091-W 20140516/140514234726-58a8629ec5b289981f82d0de9e60bc0f (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 |
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.