Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
MODIFICATION

66 -- Eye Tracking System

Notice Date
9/1/2022 11:24:20 AM
 
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
75N95022Q00419
 
Response Due
9/7/2022 8:00:00 AM
 
Archive Date
09/22/2022
 
Point of Contact
Shaun Rostad, Phone: 3014436677, Joshua T. Lazarus, Phone: 3014436677
 
E-Mail Address
shaun.rostad@nih.gov, josh.lazarus@nih.gov
(shaun.rostad@nih.gov, josh.lazarus@nih.gov)
 
Description
SOLICITATION No. 75N95022Q00419 TITLE: Portable Eye-Tracker System (Brand Name or Equal) 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; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 75N95022Q00419 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, dated August 10, 2022 This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13� Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement. The associated North American Industry Classification System (NAICS) code is 334516 � Analytical Laboratory Instrument manufacturing with associated small business size standard of 1,000 employees. STATEMENT OF NEED AND PURPOSE: 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. Recent and ongoing work has also demonstrated the critical role of light exposure on regulation of mood and sleep, as well as on physical activity and feeding behavior. Light may not only influence sleep and motor activity, but changes in activity patterns may alter sleep, which will alter light exposure and eventually mood. Results of several studies suggest that both natural and artificial bright light, particularly in the morning, can significantly improve health outcomes such as depression, sleep, circadian rest-activity, and seasonal affective disorder. Evening light exposure, on the other hand, is correlated not only with depressed mood but also with sleep disorders, longer sleep latency and more wake within sleep. However, evidence-based guidelines for the treatment of both BPD and MDD often fail to incorporate the effects of light, despite well-established evidence for the profound influence of light exposure on mood, sleep, and circadian disorders. Use of blue light-blocking glasses for the treatment of depression has recently received attention, but evidence for the dose, timing, duration, and potential negative impact of such light manipulation strategies is still forthcoming. The multifaceted interplay between light, activity, and mood in humans provides an ideal experimental paradigm to investigate the environmental, genetic, and biologic influences on rhythms, sleep, and mood with respect to patterns of light exposure. This project will use both pupillometry and eye-tracking to identify individual level reactivity to a series of cognitive tasks while the intensity and spectrum of light will be modified through a light box placed on the wall in the experimental testing room. BACKGROUND INFORMATION: 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 the National Institute of Mental Health (NIMH) to test differential melanopsin responses to light to replicate the work of NIMH�s basic science collaborator, Dr. Samer Hattar. 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. PROJECT REQUIREMENT: NIMH requires the following brand name or equal Eye Tracking System: Quantity: 1 � Eyelink Portable Duo Including Laptop Host PC, Mounts, Small Head Support, Travel Bag, 24 Month Warranty and Perpetual Support (Item Number: ELU-PORT-Duo). Quantity: 1 � SR Research Experiment Builder and Data Viewer License (Item Number: EL-DVEB). Quantity: 1 � Shipping, Handling and Insurance (Item Number: SR-SHI-1). Refer to Attachment 5 Purchase Description for brand name or equal salient characteristics, additional details and delivery instructions. APPLICABLE PROVISIONS AND CLAUSES: The provision at FAR clause 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) is applicable to this solicitation. Offerors MUST include a completed copy of this provision with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. See attachment. The provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) is applicable to this solicitation. The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (OCT 2014) 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 Government will award a contract or purchase order resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach The Contractor�s proposal shall address each area of the Purchase Description requirements in sufficient detail to demonstrate a clear understanding of the specific characteristics needed to purchase the product. The proposed technical approach shall be evaluated for the appropriateness and effectiveness of the overall product. Specifically, the product should be of the highest caliber and applicable to youth and psychiatric populations. The product should: 1) allow for seamless operation across various environments in a manner that is portable; 2) have outstanding technical specifications with low spatial noise and high sampling rates; 3) have several interoperable camera mounting options in order to optimize particular eye tracking tasks in a manner that is portable; 4) have interchangeable lenses to optimize image quality; 5) offers 2000Hz binocular recording and 0.15 accuracy; and 6) provide data that is of the same type and characteristics as the data produced by our existing EyeLink systems used by our collaborators inside and outside NIH. Capability in these areas shall be viewed favorably. Factor 2: Approach to Delivery and Warranty The Offeror shall detail in its technical proposal how it shall meet the delivery and warranty requirements. All materials and shipping are to be provided by the offeror and delivered within 30 days of the award. A minimum of at least a 24-month comprehensive warranty from delivery. Factor 3: Past Performance The Offeror shall provide a list of two (2) past performance references completed during the past five (5) years, similar in size and scope to the requirements outlined in the Purchase Description. Offerors shall include the following information for each contract identified: Name of Contracting Organization Contract Number Contract Type Total Contract Value Description of Requirement and Specific Responsibilities of the Offeror as they relate to this Purchase Description Contract Period of Performance PRICE EVALUATION Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items (JUN 2020), applies to this acquisition. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The additional contract terms and conditions are as follows: 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance. (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.242-15 Stop-Work Order (AUG 1989) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020), applies to this acquisition. See attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the Government requirements stated in this solicitation. Cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform an analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; train-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. The Contractor shall submit its quote electronically. In addition, the Unique Entity Identifier (UEI), 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. DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov on or before 11:00 AM EST, September 2, 2022. Fax responses will NOT be accepted. DATE QUOTATIONS DUE: All responses must be received on September 7, 2022 by 11:00 AM EST and must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov, citing the RFQ number and the name of firm in the subject line. Late responses may not be accepted. Attachments: Attachment 1 � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Attachment 2 � FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) and Information Security Requirements and Deliverables Attachment 3 - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2020) Attachment 4 - Invoice and Payment Instructions Attachment 5 � Purchase Description
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/89e8d24dde3b446682b4e26749443161/view)
 
Record
SN06449743-F 20220903/220901230118 (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 |
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.