SOURCES SOUGHT
66 -- Eye Tracking System
- Notice Date
- 7/13/2022 1:10:41 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00419
- Response Due
- 7/20/2022 12:00:00 PM
- Point of Contact
- Shaun Rostad, Phone: 3014436677, KJ Shaikh, Phone: 3014436677
- E-Mail Address
-
shaun.rostad@nih.gov, kj.shaikh@nih.gov
(shaun.rostad@nih.gov, kj.shaikh@nih.gov)
- Description
- DESCRIPTION: The National Institute on Drug Abuse (NIDA), the National Institute of Mental Health (NIMH) and National Institutes of Health (NIH) are seeking Capability Statements from Small and Other than Small Business organizations with the demonstrated capability of providing equipment to support NIMH with acquiring an Eye Tracking System. This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) the availability of capable Small Businesses; HUBZone Small Businesses; Service-Disabled, Veteran-Owned Small Businesses; 8(a) Small Businesses; Veteran-Owned Small Businesses; Woman-Owned Small Businesses; or Small Disadvantaged Businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The established NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. The U.S. Small Business Administration establishes a size standard for 334516 as 1,000 employees or less. BACKGROUND INFORMATION AND OBJECTIVE: Multiple lines of evidence suggest that mood disorders, particularly the bipolar subtype (BPD), are associated with altered circadian rhythms, but the mechanisms have not yet been well-established. Aside from increased mood reactivity, people with BPD have increased variability in sleep timing and persistent disturbances of sleep/wake cycles, particularly characterized by internal circadian misalignment. There has also been increasing focus on the dysregulation of motor activity as a core feature of BPD. This research involves the study of neurophysiological assessments of attentional and arousal responses to various tasks under different conditions of light. This eye tracking equipment will enable us to test differential melanopsin responses to light to replicate the work of our science. The eye tracking can focus attention on several tasks while providing information on which of the intrinsically photosensitive retinal ganglion cells are activated by different doses and spectra of light. GENERIC NAME OF PRODUCT: Eye Tracking-System PURCHASE DESCRIPTION (or brand name equal): Trade name: Portable eye-tracker, Product brand name: EyeLink; Manufacturer name: SR research; Model: Portable Duo System; Part number: ELU-PORT-DUO SALIENT CHARACTERISTICS: The EyeLink Portable Duo by SR Research produces the highest quality data to emerge from a compact and easy-to-transport eye tracker. The Portable Duo features distinct dual-use data collection modes unique to EyeLink trackers, with specialized algorithms for head free-to-move and head-stabilized tracking modes. EyeLink systems are renowned for their high precision, high accuracy, and low data loss. The Portable Duo meets these scientific standards but also provides portability which is incredibly useful for researchers in neuroscience and psychiatry, allowing the highest quality data to be acquired inside and outside of the lab. The eye tracking system shall be appropriate for use among participants of different ages and levels of physical limitations and for psychiatric populations; have reliable integration with stimuli presentation software; simple experiment design; powerful analysis tools; and be able to be integrated with additional required auxiliary equipment (e.g., desk mount). The Eyelink Portable Duo offers 2000Hz binocular recording and 0.15 accuracy which are required for the rapid cognitive processing that occurs during decision making. INSTRUCTIONS: Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The established NAICS code is 334516. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s)? (b) product description? (c) best estimated delivery date after receipt of order? (d) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov, NO LATER THAN 3:00 p.m. EST on July 20, 2022. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f6e5573201a9479d837c454ce799ec68/view)
- Record
- SN06388207-F 20220715/220713230110 (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 |