SOLICITATION NOTICE
66 -- Eye Tracking-System
- Notice Date
- 5/12/2022 12:49:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH22003675RFQ
- Response Due
- 5/29/2022 2:00:00 PM
- Archive Date
- 06/13/2022
- Point of Contact
- Michael Horn, Christopher Halstead
- E-Mail Address
-
michael.horn@nih.gov, christopher.halstead@nih.gov
(michael.horn@nih.gov, christopher.halstead@nih.gov)
- Description
- STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Eye Tracking-System �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is NIMH22003675RFQ 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 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 2022-06 dated 4/26/22. (iv)������ The associated NAICS code 334516 and the small business size standard is 1000 employees.� This requirement is full and open with no set-aside restrictions. (v)������� The Unit on Computational Decision Neuroscience (UCDN) at the National Institute of Mental Health (NIMH) is a new lab at NIMH focusing on characterizing factors that affect decision-making in mental disorders such as mood disorders, substance use, and chronic pain. It is part of the Emotion and Development Branch (EDB). Substantial amount of CDNU research will involve tracking eye movements as they provide valuable correlates of information processing phenomena during decision-making. We are designing a number of tasks for this purpose which are conducted on healthy and clinical populations of different age groups. Eye movement data will be central to many if not all of our behavioral studies and we require the flexibility to be able to perform eye-tracking measures both in our behavioral testing rooms as well as other in other settings throughout the NIH campus. For example, some of our future studies will involve bedside assessments in patients that will be hospitalized. Moreover, due to the pandemic, there is a major need to obtain equipment that is portable and able to acquire data using eye movements. To this end, we would like to request purchasing portable eye tracking tracking. (vi)������ Purchase Description: (2) Portable eye-tracker, SR research; Model: EyeLink, Portable Duo System; �Part number: ELU-PORT-DUO (or equivalent per FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (1) Data viewer license Salient characteristics: Refer to Attachment 1: Product Description for a complete description of salient characteristics. Quantity: NIH requiresL (2) Portable eye-trackers, SR research; Model: EyeLink, Portable Duo System; �Part number: ELU-PORT-DUO (or equivalent per FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (1) Data viewer license (vii)����� Delivery Date: NIH requests the device be delivered within 30 days after receipt of order. Place of Delivery/Acceptance: National Institute of Mental Health Attn: NIMH Property Management Team 10 CENTER DR., Bldg. 10 RM 3D51A BETHESDA, MD 20892 FOB: Destination (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.� 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. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement.� The agency will first evaluate offerors� prices, and then evaluate the apparent lowest-priced quote to determine if it is technically acceptable. If the lowest-price quote is evaluated as unacceptable, then the agency will consider the acceptability of the next lowest-price quote, continuing this process as necessary. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24 and 52.212-3 with its quote. (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.� See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition and Additional Terms and Conditions (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. Warranty: A minimum of at least a 24-month comprehensive warranty from delivery. (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. 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.� (xvi)���� Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 5:00 PM, May 29, 2022 and reference number NIMH22003675RFQ. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov. �Fax responses will not be accepted. Any questions must be submitted by 5:00 PM EST on May 19, 2022.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference number NIMH22003675RFQ..� Telephone inquiries will not be honored. (xvii)��� Attachments Attachment 1 � Purchase Description Attachment 2 � FAR Provisions 52.204-24 and 52.212-3 Attachment 3 � FAR Clauses 52.212-4, 52.212-5, and Additional Terms and Conditions Attachment 4 ��Invoice Instructions 4.21.22
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab38037ddadd4bd0a2a6ebc20dba9db2/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06325962-F 20220514/220512230108 (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 |