MODIFICATION
66 -- fMRI safe Thermosensory stimulator
- Notice Date
- 9/3/2020 12:22:01 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-262a
- Response Due
- 9/9/2020 12:00:00 PM
- Archive Date
- 09/11/2020
- 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-20-262a 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 2020-08. The North American Industry Classification (NAICS) Code is 334510 and the business size standard is 1250e. However, this solicitation is not a 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) have a requirement for a vendor who can provide the the following new products manufactured� by Compass Medical Technologies Inc./Medoc. Item# MO00015-f - TSA2 fMRI Thermosensory Stimulator - Quantity (1) EA Includes: � fMRI TSA2 30x30mm thermode & fMRI TSA2 Filter � TTL input/output triggering � Dual thermode ports to support 2nd thermode (if added/below) � Medoc Main Station (MMS) Operating Software � Patient response unit & standard accessories � External Control Software � Remote setup assistance & training Item# AS00178 - fMRI TSA2 30x30mm Thermode & fMRI filter [if simultaneous stimulation is desired; or backup purposes] - Quantity (1) EA Item# AS00179 - fMRI TSA2 16x16mm Thermode & fMRI filter [if smaller stim surface thermode is desired] - Quantity (1) EA Item# - AS00176 Standard TSA2 Thermode 30x30mm [Recommended for use of TSA2 outside the scanner] � Quantity (1) EA Item# AS00177 - Standard TSA2 Thermode 16x16mm [Recommended for use of TSA2 outside the scanner] � Quantity (1) EA Item# AS00184 - TSA2 Digital Thermal Calibration Kit � Quantity (1) EA This device enables staff to conduct studies in alcohol use disorder (AUD) where the effects of negative consequences or negative urgencies (using thermal stimulus) in developing or controlling the persistence of AUD are investigated. There are many studies that associated AUD with increased negative urgency and repetition of harmful behavior in presence adverse/negative consequences. This device allows the staff to further explore behavioral and psychophysiological responses to negative consequences and urgencies and provides us with tools to investigate the neural substrates of decision making under these conditions. This thermosensory stimulator is MRI safe, FDA approved (both which are necessary requirements) for subject use and has the capabilities needed for our research protocols. This system is suitable for the type of experiment necessary for the lab. It can be used both inside and outside MR imaging environment and has experienced users currently at NIH with compatible systems that can provide valuable guidance in design, conducting and troubleshooting with the proposed system. 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 -Evaluation Procedures: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, based on lowest price/technically acceptable. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. 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 . Note to Contractor:� The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. 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 https://www.acquisition.gov/Far/. Interested vendors capable of furnishing the government with the products/items specified in this synopsis should submit a copy of their quotation/offer to the following email address: robinsti@mail.nih.gov by the due date and time below. Attn: Tina Robinson. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Offeror must include the delivery date/timeframe with offer. Quotations will be due seven calendar days from the publication date of this synopsis or by September 9, 2020 before 3:00 pm EST. The quotation must reference �Solicitation number� NICHD-20-262a and must include solicitation# NICHD-20-262a in the subject line of email. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-262a in the subject line of email. Note: In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b29a6a59e85a4e108c481cd954c538f4/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05785647-F 20200905/200903230153 (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 |