MODIFICATION
66 -- MetaOx Optical Monitor
- Notice Date
- 6/5/2020 6:32:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-095a
- Response Due
- 6/19/2020 6:00:00 AM
- Archive Date
- 06/26/2020
- Point of Contact
- TINA ROBINSON
- E-Mail Address
-
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-20-095a and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-06. The North American Industry Classification (NAICS) Code is 334519 with a size standard of 500 employees. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with I.S.S USA Inc., 1602 Newton Drive � Champaign, IL 61822 to procure a new ISS Inc manufactured MetoOx combined with Frequency Domain Near Infrared Spectroscopy instrument to include: Item: M84.G MetaOx Optical Monitor of Metabolic Rate of Oxygen Consumption Quantity (1) EA The combined instrument is capable of acquiring absolute measurements of oxy-and deoxy-hemoglobin concentration (using FDNIRS) and blood flow using diffuse correlation spectroscopy (DCS). The instrument is housed into a single portable unit connected to the computer through a USB cable; the unit includes the following components: a. NIRS light sources, including qty. 8 laser diodes (660, 685, 750, 775, 785, 800, 825, 830 nm; the actual wavelengths may be slightly different than the ones listed). DCS light source: qty. 1 laser diode emitting at 785nm featuring high coherence length. The light sources are inclusive of the required optics and electronics. b. NIRS detector: qty. 4 high-sensitivity PMTs. DCS detectors: qty. 8 low noise APDs, QE=50% at 800nm. c. Modulation electronics for the laser diodes (110 MHz) complete of RF amplifiers and related electronics. d. 8-channel correlator for the acquisition of DCS data. Signal processing unit for the PMTs and data acquisition card, USB based. e. 2 calibration blocks f. One sensor, 4.5m-long, comprising eight (8) 400?m-diameterfiber bringing the light from the laser diodes; one (1) fiber for the 850nm laser; four (4) fiber bundles to collect the NIRS signal; and eight (8) fibers for the collection of the DCS signal. g. The system includes a high-performance touch screen computer, Windows 10 64-bit, with 8 GB RAM, 2 TB hard drive, and a high-resolution 24� color flat VGA monitor h. Installation and training ISS is the only known manufacturer and supplier of the instrument MetaOx that combines into one unit the FD-NIRS (Frequency Domain Near Infrared Spectroscopy) modality for the measurements of oxy- and deoxy-hemoglobin concentration and the DCS (Diffuse Correlation Spectroscopy) technique that provides a parameter related to the blood flow. With these parameters and the knowledge of arterial oxygen saturation (from a pulse oximeter), the instrument determines the cerebral oxygen metabolism (CMRO2) index. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far. Interested vendors with the capability of providing the government the needed items and services specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by, delivery timeframe, descriptive literature, warranties and other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due fifteen calendar days from the publication date of this synopsis or by June 19, 2020 by 9 a.m. EST. via email. The quotation must reference �Solicitation number� NICHD-20-095a. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be sent via email to robinsti@mail.nih.gov. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-095a in the subject line of email. Note: In order to receive an award, contractor must be registered and have valid certification for all awards in the SAM database @WWW.SAM.GOV.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7046e88a18994667981b92a018b8f8f9/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05681615-F 20200607/200605230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |