Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOURCES SOUGHT

66 -- Motion Capture System - Brand Name or Equal - Statement of Work

Notice Date
4/3/2018
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIH-CC-18-008889
 
Archive Date
5/3/2018
 
Point of Contact
Lisa L. Schaupp, Phone: 3014020735
 
E-Mail Address
Lisa.Schaupp@nih.gov
(Lisa.Schaupp@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The NIH is seeking a qualified and experienced contractor(s) capable of providing a 3D Motion Capture System manufactured by VICON for the National Institutes of Health, 9000 Rockville Pike, Bethesda, MD. The motion capture system is central to all of FAB's internal and most of our support research protocols, and is the primary reason other institutes and departments refer clinical patients to our lab. The motion capture system is integrated with other hardware and software such as force plates, treadmill, EMG, virtual reality, and custom software for real-time control and feedback. See the attached Statement of Work. The vendor responses must demonstrate their expertise in obtaining and providing the equipment described above. Please note that failure to specifically demonstrate capability to provide the required equipment in your response to this market survey may affect the Government's review of industry's ability to perform these services. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm. The vendor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". In addition to addressing the requirements in the attached SOW, the Government requests that your capability statement address the following requests for information, if relevant. 1) Please provide the full company/entity name, address including points of contact (phone number and e-mail address), DUNS numbers, and type/size of the company/entity by NAICS code. 2) If your company/entity is a dealer or service-provider, and not a manufacturer of the end items/products contemplated by the SOW, please identify your company as such and identify the end item/product manufacturers that you would be obtaining goods from in order to perform the contract, and where the manufacturers are geographically located. 3) According to the small business limitations on subcontracting standard provided by the amended Small Business Act at 15 U.S.C. § 657s, the requirement for a small business supplier is that the small business prime contractor "may not expend on subcontractors more than 50 percent of the amount, less the cost of materials, paid to the concern under the contract...." 15 U.S.C. § 657s(a)(2). However, "[c]ontract amounts expended by a covered small business concern on a subcontractor that is a similarly situated entity [(i.e., another small/small disadvantaged business of the same type)] shall not be considered subcontracted for purposes of determining whether the covered small business concern has violated [limitations on subcontracting.]" 15 U.S.C. § 657s(b). If you are a small business, please address your ability to adhere to limitations on subcontracting at 15 U.S.C. § 657s. To ascertain if you are a small business, use the size standard provided by NAICS Code 334310 (Audio and Video Equipment Manufacturing), with a size standard of no more than 750 employees. As part of this, if you are a small business that is a dealer/service-provider and not a manufacturer, please so state, and address whether you meet the following requirements from 13 C.F.R. § 121.406(b). Specifically, your company/entity: (1) Does not exceed 500 employees (notice that the employee standard under the non-manufacturer rule is more restrictive than for NAICS Code 334310; (2) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; (3) Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and (4) Will supply the end item of a small business manufacturer, processor, or producer made in the United States. NIH must receive written capability statements no later than April 19 at 9:00 a.m. Eastern Time. E-mail the written capability statement to Lisa Schaupp, the Contract Specialist, at the e-mail address Lisa.Schaupp@nih.gov. Respondents will NOT be notified as to the results of the Government's market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-18-008889/listing.html)
 
Place of Performance
Address: NIH Campus, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04875627-W 20180405/180403231110-66b7ebfe26210cc0e6d4c8b5fb60c46f (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.