SPECIAL NOTICE
J -- Extended Warranty and Technical Support for BBI-piPET-314-13
- Notice Date
- 3/31/2025 5:25:46 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95025Q00170
- Response Due
- 4/4/2025 10:00:00 AM
- Archive Date
- 04/19/2025
- Point of Contact
- Shaun Rostad, Phone: 3015949516, Josh Lazarus, Phone: 3018276923
- E-Mail Address
-
shaun.rostad@nih.gov, josh.lazarus@nih.gov
(shaun.rostad@nih.gov, josh.lazarus@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Institute on Drug Abuse (NIDA) intends to award a sole source contract under the authority of Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This contract will be awarded to Brain Biosciences, Inc, to provide service and maintenance for a BBI-piPET-314-13 primate PET scanner that performs imaging studies on preclinical models. This service is required to ensure continued high-quality imaging performance of the scanner to support research in substance use disorders (SUD). NIDA anticipates the award of one firm fixed price-type contract to provide these services. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 with a Size Standard of $34 million in revenue or less. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse is to conduct state-of-the-art research on basic mechanisms that underlie drug use and substance use disorders, and to develop new methods for the treatment of substance use disorders. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation and maintenance of substance use disorders (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences of substance use disorders for the individual and for society. The goal of the Biobehavioral Imaging and Molecular Neuropsychopharmacology Unit is to better understand the neurobiological antecedents of illicit drug use and development of an SUD, the neuronal consequences of short and long-term drug use and the potential reversibility of these neuroadaptations. The major paradigm employed towards this goal is the development and application of novel neuroimaging tools, predominantly PET imaging applied together with behavioral, and pharmacological manipulations and genetic investigations in preclinical protocols. The long-term objective of this research is to inform the development of better behavioral and pharmacological interventions to treat SUDs and help prevent vulnerable individuals from initiating drug use. PROJECT REQUIREMENTS: This requirement is for the following services: One annual Preventative Maintenance service call during warranty extension period including complete system re-calibration and mechanical evaluation. Officially released software updates not requiring additional hardware or hardware upgrades will be made available at no charge during the warranty extension period. Diagnostic Service and On-Site Field Service as needed by a certified technician qualified to perform maintenance on the BBI-piPET-314-13 PET scanner (Serial Number 19-811). Telephone support and remote troubleshooting. Equipment Repair and Replacement parts, as needed. Emergency assessment and repair, as needed. All parts and labor - Contractor shall schedule and perform onsite preventive maintenance from 8:00 am � 5:00 pm Monday through Friday, excluding Federal holidays. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Brain Biosciences, Inc. is the only vendor in the marketplace that can provide the services required by NIDA. In order to protect the BBI-piPET-314-13 PET scanner so that the critical studies that the equipment support can continue. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. A sources sought notice was issued on SAM.gov from March 14, 2025 to March 24, 2025 and received one response, that was determined to be not technically capable. Finally, a review of the GSA Advantage, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Brain Biosciences Technologies, Inc. is capable of meeting the needs of this requirement. Brain Biosciences, Inc. 12156 Parklawn Dr, Rockville, MD 20852 sales@brain-bio.com +1 (240) 426-6021 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 Unique Entity Identifier (UEI), 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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number 75N95025Q00170. Responses must be submitted electronically to Shaun Rostad, Contract Specialist, at shaun.rostad@nih.gov. U.S. Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/764700f6534a4c32b0734acec9d4e560/view)
- Record
- SN07391441-F 20250402/250331230043 (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 |