Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2018 FBO #6122
SOLICITATION NOTICE

66 -- SmartMove Robotic TMS System and associated accessories - Purchase Description

Notice Date
8/26/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA-2018-00396
 
Archive Date
9/19/2018
 
Point of Contact
Christopher A. Weaver, Phone: 301.827.5871
 
E-Mail Address
christopher.weaver@nih.gov
(christopher.weaver@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: SmartMove Robotic TMS System and associated accessories (i) 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. (ii) The solicitation number is NIHDA-2018-00396 and the solicitation is issued as a Request for Quotation (RFQ). 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- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-99 dated June 15, 2018. (iv) The associated NAICS code 334516 and the small business size standard of 1,000 employees. This requirement is full and open with no set-aside restrictions. (v) The Contractor shall provide the following equipment: 1. SmartMove Robotic TMS System that includes the following characteristics: • Omron-Adept Viper 850 Robot arm with power supply unit and remote control • High Performance PC - Windows 7 32-bit; Intel Core 2, 2.13 GHz; 4 GB RAM; 500 GB HDD 23" or 24" LCD monitor • Built-in force feedback touch sensor for control and safety • NDI Spectra Infrared optical 3D camera to track subject position and coregistration with MRI scan. • Wall mount for optical camera system. • Communication with robotic arm to hold a transcranial magnetic stimulation coil. • Compatibility with all major TMS systems, including Magstim and MagVenture. • Compatibility with existing Brainsight Neuronavigation System. 2. Coil calibration board (NT-104): • For the following MagVenture coils: C-100, C-B60, MCF-B65, MCF-P-B65, Cool-B65, Cool-B65 A/P. 3. Coil tracker set (NT-134): • For the following MagVenture coils: MCF-B70, Cool-B65, Cool-B65 A/P, Cool-B70, Cool D-B80. 4. Coil tracker set (NT-118): • For the following MagVenture coils: MCF-B70, Cool-B65, Cool-B65 A/P, Cool-B70, Cool D-B80. 5. Visor2 QT navigation solution software add-on (ES-613): • Includes the following: Visor2 QT software for TMS navigation using standard MRI head model or individual MRI. 6. Installation and training (TS-101): • One-day on-site training and installation (Must be completed within 9 months of delivery). 7. Shipping, handling, and insurance (ZZ-101): (vi) Brand Name or Equal Purchase Description: Product's Brand Name: Ant neuro SmartMove Robotic TMS System Manufacturer's Name: ANT North America (vii) Delivery is required within 30 days following contractor receipt of award. Equipment shall be delivered to the NIH Main Campus, 10 Center Drive, Building 10, Room 2D39, Bethesda, MD 20892. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Refer to attached Purchase Description for salient characteristics. (x) A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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. Respondents proposing on an equal product 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. 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 responses must be received by September 4, 2018 at 3:00 PM Eastern Time and reference number NIHDA-2018-00396. Responses must be submitted electronically to Christopher Weaver at christopher.weaver@nih.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA-2018-00396/listing.html)
 
Record
SN05056740-W 20180828/180826230039-ba32866aaf5516c6724cdb9a52a674b6 (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.