Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2016 FBO #5343
SOLICITATION NOTICE

66 -- Hybrid EEG/ Stimulation System for the NINDS

Notice Date
7/8/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-16-498
 
Archive Date
8/3/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Hybrid EEG/ Stimulation System Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-498 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 and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-498 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 unrestricted and available for full and open competition. 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 and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1, dated June 15, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The Division of Intramural Research (DIR) of the National Institute of Neurological Disorders and Stroke (NINDS) focuses on clinical trials and research studies to advance knowledge and treatment of neuromuscular disorders. The Human Cortical Physiology and Neurorehabilitation Section (HCPS) within DIR conducts clinical and research studies on healthy volunteers and patients with neuromuscular disorders and stroke. Non-invasive brain stimulation (NIBS) techniques are currently being used in the clinic to treat an array of neuropsychiatric disorders, and their efficacy for the treatment of brain injury or disease such as stroke is currently being investigated. Monitoring ongoing brain activity with electroencephalography (EEG) during stimulation, and using information within the EEG to precisely time the delivery of the stimulation (closed-loop) provides insight into the mechanisms underlying treatment effects and may be important for maximizing therapeutic benefits. It also provides an important tool for investigating NIBS-mediated learning effects in healthy volunteers. The HCPS requires an EEG system for use with transcranial magnetic (TMS) and current stimulation (TCS), with minimal real-time data transmission delays, to conduct planned closed-loop NIBS-EEG research studies. Purpose The purpose of this acquisition is to procure one (1) EEG system with minimal real-time data transmission delays for closed-loop NIBS-EEG research studies with healthy volunteers and clinical studies of patients with neuromuscular disorders and stroke. Project Requirements The NINDS Human Cortical Physiology and Neurorehabilitation Section requires delivery and installation of one (1) electroencephalography (EEG) system for use with TMS and TCS. The equipment must meet the following minimum specifications: 1. A minimum of sixty-four(64) EEG recording channels 2. Minimum sampling rate of 20 kHz for 64 channels 3. Dynamic input range of +/- 400 mV in DC mode 4. Resolution: 24 bits 5. Measurement Noise: Less than or equal to 2 uV RMS 6. Common mode rejection ratio: Greater than or equal to 100 dB 7. Input impedance: Greater than 1 Gigaohm 8. Real-time data transmission delays: Less than or equal to 20 ms 9. Allows for simultaneous non-invasive brain stimulation (TMS and TCS compatible) 10. Output: ASCII data files or TCP/IP raw data streaming 11. The system must have real-time access to EEG data via instrument controller (including data quality check, raw data, filtered data, spectral features, scalp maps, etc.) with available versions for Windows. Mac OS and Linux OS versions are optional. 12. The system must include a toolkit for networked device control and be compatible with commercial or open-source software suite for designing custom real-time closed-loop applications Extended Warranty Requirements: The Contractor shall provide a two (2) year extended warranty on all equipment and a standard one (1) year warranty on the system batteries. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Caps, electrodes, gel and other disposables may be excluded from warranty Equipment Training Requirements: The Contractor shall provide assistance to users in setting up the system either via Skype or on site and provide training regarding all aspects of operation of the systems either via Skype or on site. Delivery Requirements/Period of Performance The overall period of performance for this requirement shall be sixteen (16) weeks. The contractor shall deliver the required equipment within eight (14) weeks after receipt of order and shall provide the required equipment training within two (2) weeks thereafter. Place of Performance The required equipment shall be delivered to the NIH Main Campus, Building 10, located at 10 Center Drive, Room 7D-54, Bethesda, MD 20892. FOB Destination inside delivery is required. Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). 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 twenty (20) 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." IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. RESPONSES MUST INCLUDE BOTH A TECHNICAL DOCUMENT AND A SEPARATE PRICE QUOTATION. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL RESPONSE ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE QUOTAITON SHALL NOT BE CONSIDERED. EVALUATION CRITERIA The Government will award a purchase order resulting from the solicitation on the basis of best value, technical factors and price considered. The technical evaluation factors are detailed below, in order of importance, and technical factors shall be considered more important than price. 1.Equipment Capability: The contractor shall detail in a technical proposal how its proposed equipment meets and/or exceeds each of the minimum project requirements. This shall include detailed specifications of the offered equipment and its capabilities as well as warranty information. The system shall be particularly evaluated for ability to concurrently use transcranial magnetic (TMS), direct (tDCS) and alternating current (tACS), and random noise stimulation (tRNS), and performance capabilities in NIBS-EEG closed-loop applications. Preference will be given to systems that achieve (1) the lowest real-time data transmission delays, (2) TMS artifact of shorter durations, and (3) that are also compatible for simultaneous use with magnetic resonance imaging (MRI) and magnetoencephalography (MEG), in that order. 2.Delivery and Installation : The contractor shall detail in a technical proposal how it shall meet the delivery, and installation requirements. The Government shall evaluate for ability to meet or exceed the requirements detailed in this statement of need. Proposals must include a delivery lead-time and detailed explanation of who shall perform installation as well as the installation time frame. 3.Past Performance: The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment provision, delivery, and installation requirements outlined in this Statement of Work. Experience shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Total Contract Value c.Description of Equipment Provided d.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. 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.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.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. 5.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 (June 2016) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition. 7.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." CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change the COR designation for this contract. CLOSING INFORMATION 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. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-498. 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-16-498/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04176113-W 20160710/160708234514-635c81e2ca890d9cbf2df8c8921eb48a (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.