Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

66 -- Upgrade of High Performance Digital Signal Processors (DSPs) - Notice of Intent

Notice Date
2/10/2016
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-NOI-2016-179
 
Point of Contact
Keshia McDonald, Phone: 3014515042
 
E-Mail Address
keshia.mcdonald@nih.gov
(keshia.mcdonald@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice of Intent to Sole Source Acquisition from Tucker-Davis Technologies 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). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to the Tucker-Davis Technologies, Inc. for an upgrade of the existing high-performance single unit recording systeman inclusive of a service agreement (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334519 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-82 dated May 7, 2015. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1. DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this requirement is to provide the National Institute of Mental Health, Laboratory of Neuropsychology with an acquisition that will increase the recording capacity of NIMH's current high-performance system from 64 channels to 128 channels. The Digital Signal Processors (DSPs), preamplifiers and head stages are part of an upgrade for the existing high-performance single unit recording system. The Laboratory of Neuropsychology needs to record neurons from the orbitofrontal cortex during complex behavioral tasks. This requires two semi-chronic microdrives with a total of 128 electrodes. This is just an upgrade to the current channel system, therefore the preamplifiers and head stages are proprietary to the manufacrurer of the exisiting syster, Tucker-Davis Technologies, Inc. Period of Performance Upon receipt of purchase order, equipment will ship in 8-10 weeks. Project Description The Contractor must be able to provide the following: • QTY=3, RZ-Digital Signal Processors (DSP processors) • QTY=1, PZ5-128 digitizing preamplifier to replace a PZ5-64. • QTY=4, 32-channel ZIF Clip headstage adapted to 36pin Omnetics connector • QTY=1, 128-channel Neuro Simulator for testing CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Tucker-Davis Technologies, Inc. is the only entity entitled to and capable of this system upgrade. Because this request is for an upgrade of an existing high performance system, there is currently only one commercial source available: Tucker Davis Technologies. The Digital Signal Processors (DSPs), preamplifiers and head stages are proprietary (as is true for all vendors of this type of equipment). The only alternative would be to purchase a new 128 channel system from another vendor. However, outright purchase of another system would be prohibitively expensive. The Tucker Davis Technology system with 64 channels was the lowest price when purchased in 2013 for over $65,000. All commercial recording systems that support 128 channels cost from two to three times the estimated cost to upgrade the current Tucker Davis Technology system. NIMH requests the Tucker Davis Technology upgrade on a sole source basis because the technology is proprietary and there is no reasonable alternative to increasing the system's current recording capacity from 64 to 128 channels. Tucker-Davis Technologies, Inc. 11930 Research Cir Alachua, FL 32615-6826 United States 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement an d include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), 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." 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. 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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Keshia McDonald, Contract Specialist, at keshia.mcdonald@nih.gov. US Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-NOI-2016-179/listing.html)
 
Place of Performance
Address: National Institute of Mental Health, 9000 Rockville Pike, Building 49, Room B1C72, MSC 4401, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04016535-W 20160212/160210234709-aadd0f99674cf74d59cfbc532e6efcdc (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.