SOLICITATION NOTICE
67 -- Visual Stimulation Projection System - Attachment 1
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-668
- Archive Date
- 9/17/2017
- Point of Contact
- Andrea McGee, Phone: 301480-2449, Andrea McGee, Phone: 3014358781
- E-Mail Address
-
amcgee@nida.nih.gov, amcgee@mail.nih.gov
(amcgee@nida.nih.gov, amcgee@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-2017-668 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-668 and the solicitation is issued as a request for quotation (RFQ). 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 not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93, dated January 1, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 333316, Photographic and Photocopying Equipment Manufacturing and the small business size standard 1000 employees. DESCRIPTION OF REQUIREMENT Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The NIMH Intramural MEG Core Facility requires a high quality visual stimulation projection system in order to provide the ability to utilize high definition (color depth, resolution and timing) visual images in the investigation of brain function both in healthy volunteers and in neuropsychiatric patient populations. Purpose and Objective: The MEG Core Facility operates a 275 channel whole head CTF MEG system as a shared resource for the Intramural Research Programs of NIMH and NINDS. MEG, magnetoencephalography, is a sophisticated technique allowing high resolution recording of brain activity and as such forms a vital part of the neuroimaging research program. The instrument is in full time use by PI's performing cognitive neuroscience applied research. The CTF MEG system was originally installed in 2002 and has been in continued use since that time. In approximately 2007 the original visual LCD projection system supplied with the system was replaced with a DLP projector providing 1024 pixel resolution and improved stimulus timing. An updated replacement is required to insure the vitality of the research program and its contribution to the mission of the NIMH IRP. The more advanced scientific studies of brain function currently under preparation require higher resolution, faster timing, and deeper color capability. Color depth of 12 bits per each of the three color channels is necessary. Feature Requirements: 1.VPX-PRO-5001C, PROPixx and data acquisition system Qty. 1 2.VPX-ACC-6508, Super long-thro lens, thor ration of 3.3 - 5.94 : 1, focus range 4.0 - 40.0 ft. Qty 1 3.VPX-ACC-5178, MRI compatible rear projection screen w/frame and stand for external installation Qty. 1 4.VPX-LCD-1001, LCD LED monitor 24" 1920x1080 @120Hz Qty. 1 5.Shipping and Handling Salient Characteristics: •high screen resolution 1920 x 1080 •color depth at least 12bit per channel •high refresh rate above 120 Hz in RGB mode •color separation to avoid rainbow effect (i.e. no rotating color wheel) •brightness appropriate to throw distance •contrast 2,000:1 •appropriate interface to insure 2msec accuracy in display timing relative to stimuli synchronization •stable light source over long life with ease of calibration •must be MRI/MEG compatible thus must allow mounting external to shielded room •adjustable lens appropriate to subject display: projection is through a waveguide and two mirrors to a rear projection screen of approx. 16.4" x 12.5" with total throw distance of approx. 8' lens to screen Period of Performance The delivery date has a lead time of 30 days after receipt of order. This shall be a fixed price contract. Place of Performance Building 10 Rm. 2E480 9000 Rockville Pike Bethesda, MD 20892 Attachment 1 - FAR Clause 52.212-5 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). There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this 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 (May 2015) apply to this acquisition. 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) must be attached or the specific clauses listed in the CSS. Please see attached clause with fill-ins completed. RESPONSE FORMAT 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 and a price proposal. Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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. EVALUATION CRITERIA Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable". CLOSING INFORMATION 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." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by September 16, 2017 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-668. Responses may be submitted electronically to amcgee@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-668/listing.html)
- Place of Performance
- Address: Building 10 Rm. 2E480, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Record
- SN04666946-W 20170909/170907233005-aae2295bca438043e23fa598b3ff5f26 (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 |