Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2023 SAM #7824
SOURCES SOUGHT

66 -- Small Business Sources Sought: Eye-Tracking System

Notice Date
4/28/2023 12:48:46 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
75N95023Q00254
 
Response Due
5/9/2023 10:00:00 AM
 
Point of Contact
Michael Horn, Kyle Miller
 
E-Mail Address
michael.horn@nih.gov, kyle.miller2@nih.gov
(michael.horn@nih.gov, kyle.miller2@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Small Business 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 small business sources; (2) whether they are 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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. 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 the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� The Neuroscience and Novel Therapeutics (NNT) Unit with collaboration with other labs in the Emotion and Development Branch (EDB) are expanding the research that involves tracking eye movements as they provide valuable correlates of cognitive and information processing across various of clinical phenomena. NIH is designing a number of tasks for this purpose which are conducted on healthy and clinical youth populations with the aim to be able to have mobility and record data naturality and outside of laboratory settings. Eye movement data will be central to many of NIH�s behavioral studies, and it requires the flexibility to be able to perform eye-tracking measures both in our behavioral testing rooms as well as other in other settings. There is a growing need and interest within our lab to address a current gap in data collection and to obtain equipment that is portable and able to acquire data using eye movements. To this end, NIH would like to request purchasing portable eye tracking equipment. Purpose and Objectives: The current research plan involves the study of neurophysiological assessments of attentional, cognitive flexibility, and arousal responses associated with clinical symptoms in youth. Tracking eye movements is critical to making inferences about what information individuals are attending and how information is being processed in the context of emotional and neutral stimuli. As such, eye tracking is necessary to the research NIH is planning to conduct in NNT as is in line with ongoing research conducted more broadly in EDB and with other collaborators. Project requirements: Trade name: �Portable eye-tracker Product brand name: EyeLink Manufacturer name: SR research Model: Portable Duo System Part number: ELU-PORT-DUO (or equivalent per FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) Salient characteristics: Distinct dual-use data collection modes Head free-to-move and head-stabilized tracking modes High precision, high accuracy, and low data loss. Portability, allowing the highest quality data to be acquired inside and outside of the lab. Appropriate for use among participants of different ages and levels of physical limitations and for psychiatric populations Reliable integration with stimuli presentation software; simple experiment design; powerful analysis tools Able to be integrated with additional required auxiliary equipment (e.g., desk mount). 2000Hz binocular recording 0.15 accuracy which are required for the rapid cognitive processing that occurs during decision making. Provide data that is of the same type and characteristics as the data produced by NIH�s existing EyeLink systems used by collaborators inside and outside NIH. Anticipated period of performance: Thirty days within receipt of order. Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. 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. 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 and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Michael Horn, Contracting Officer, at e-mail address michael.horn@nih.gov. The response must be received on or before May 9, 2023 1 pm, Eastern Time. �Disclaimer and Important Notes:� 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 presolicitation synopsis and solicitation may be published in www.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/119dca253f6444d8a453414fab37a36c/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN06666567-F 20230430/230428230114 (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.