SOLICITATION NOTICE
66 -- Micro-Electrode Recording (MER) system for NINDS Surgical Neurology Branch
- Notice Date
- 8/18/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-15-717
- Archive Date
- 9/15/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Micro-Electrode Recording (MER) system for NINDS Surgical Neurology Branch Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-15-717 INTRODUCTION 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 acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-717 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. ACQUISITION AUTHORITY 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--Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated August 5, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. In agreement with the NINDS mission, the NINDS Surgical Neurology Branch is pursuing research in patients with Parkinson's disease, essential tremor, dystonia, and psychiatric illness who are eligible candidates for Deep Brain Stimulation (DBS) surgery. DBS electrodes are implanted within deep brain structures in these patients in order to address symptoms and micro-electrode recordings are acquired offering novel insight into the circuit mechanisms that underlie learning and decision-making. Purpose The purpose of this requirement is acquisition of one (1) micro-electrode recording (MER) system capable of capturing physiologic activity through multiple channels and capable of providing specific patterns of electrical stimulation. Project Requirements The NINDS Surgical Neurology Branch requires one (1) single micro-electrode recording (MER) system which meets the following requirements: 1. The system must allow for continuous recording of micro-electrode data capable of capturing single-unit spiking and local field potential activity. 2. The system must allow for data recordings from up to ten (five micro-electrode and five local field potential) channels at sampling rates sufficient for the capture of single-unit spiking activity (>20kHZ) 3. The system must also allow for continuous EEG/ECoG and/or EMG recordings through 16 additional channels. The system must also have the ability to be upgraded and expanded up to 64 or 128 channels in the future, if desired in a later requirement. 4. The system must offer integrated impedance measurements of all electrodes. 5. All data from the system, including continuous time raw recordings, spike data, impedance measurements, and recording settings for each recording, must be captured and stored in a permanent file in a Matlab compatible format and labeled in a way that assures proper documentation and attribution to each individual recording session. 6. The system must be capable of streaming data in a Matlab compatible format in real-time to enable real-time analysis of micro-electrode data. 7. The system must provide closed-loop real-time Digital Signal Processing scripting capabilities 8. The system must be capable of providing real-time spike sorting and detection based on configurable templates. 9. The system must include an integrated micro-drive capable of driving up to five micro-electrodes. 10. The system must be capable of providing independent electrical stimulation for separate channels. The system's stimulation unit must allow for simultaneous stimulation on individual channels while preserving recording capability on the remaining channels. 11. The system must allow for configurable and patterned electrical stimulation. Stimulation waveforms must be capable of being programmed. 12. The system must also allow for triggered stimulation to enable closed-loop real-time electrical stimulation. 13. The system must include 16 analog and digital inputs and outputs. 14. The system must include a Leksell frame adapter for compatibility with the Leksell frame (Elekta, Inc.) 15. The system must include sterilization trays for all equipment. 16. The system must include on-site installation, training (8 hours for 4 people), and technical support. The system must also come with unlimited remote support via phone or email for the entire life duration of the device. 17. The system must include a full one year warranty. Delivery Requirements/Period of Performance The Contractor shall deliver ( FOB Destination ) and install the required equipment within 60 days after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Additionally, the contractor shall provide the customer with training on the use of the equipment. Contract Type The Government intends to issue a firm fixed price contract for this requirement. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before August 21, 2015 at 11:00 AM. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities. Technical approach shall be evaluated to determine how the proposed equipment meets or exceeds each of the above-detailed requirements. Factor 2: Delivery, Installation, and Training The Offer shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. The Government shall evaluate for ability to meet or exceed these requirements. Quotations must include a delivery lead time. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical response and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to fifteen single-sided pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." NOTE 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-717. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-717/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03844697-W 20150820/150819000900-df197c8116390451bb7bf8401f523799 (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 |