Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2024 SAM #8321
SOLICITATION NOTICE

J -- Sleepworks Service Agreement

Notice Date
9/6/2024 11:31:40 AM
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00579
 
Response Due
9/23/2024 6:00:00 AM
 
Archive Date
09/24/2024
 
Point of Contact
Robin Knightly, PLUGGE, RIEKA N
 
E-Mail Address
Robin.knightly@nih.gov, rieka.plugge@nih.gov
(Robin.knightly@nih.gov, rieka.plugge@nih.gov)
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE Solicitation: 75N95024Q00579 Title: Sleepworks Service Agreement INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. �� THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), National Institute of Mental Health (NIMH) intends to intends to solicit by a request for quotation from Natus Medical, Inc. for award on or around September 26, 2024.� The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH) with Sleepworks service maintenance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334510 � Electromedical and Electrotherapeutic Apparatus Manufacturing with a Size Standard of 1,250 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) currently in effect through the Federal Acquisition Circular (FAC). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single Source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). DESCRIPTION OF REQUIREMENT Purpose and Objectives The National institute of Mental Health (NIMH) Section Sleep and Neurodevelopment requires a service maintenance agreement to maintain equipment used to perform research that is focused on working collaboratively with scientists inside and outside of the NIH to help identify electrical activity patterns in the sleeping brain coupled with other physiological markers of sleep that might serve as useful markers in the earliest detection of neurodevelopmental and neuropsychiatric disorders. NIH IRP has partnered with other centers of excellence through the Sleep & Neurodevelopmental Consortium, to establish a cross disciplinary, cross platform effort to incorporate new advances in recording techniques, big data mining, and biomarker exploration into our current understanding of how sleep builds the brain.� Delivery or Deliverables Period of Performance: One (1) Twelve (12) month period of performance CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.www.sam.gov.� All responses must be received by Monday, September� 23, 2024 at 9:00 a.m., Eastern Standard Time, and reference number 75N95024Q00579. Responses may be submitted electronically to Robin Knightly, Contracting Officer, at Robin.Knightly@nih.gov. Fax responses will not be accepted. Extensions to the deadline will not be granted. Please contact Robin Knightly, Contracting Officer, at Robin.Knightly@nih.gov or (301) 827-5302 with any questions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac42dab08c44488192745c5f7549f717/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07201448-F 20240908/240906230114 (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.