22-011483

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Telemetry implant and analysis software system
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000
FPDS Classification Code
6640
Delivery of Goods
30 Days ARO
Competition Status
Non-Competitive
Vendor Name
Data Sciences International (DSI)
Vendor Address
119-14th Street NW
St. Paul, MN 55112
Single-Sole Source Determination
Statutory Authority:
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

Single-Sole Source Determination:
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to DSI. The National Institute on Aging (NIA) Laboratory of Cardiovascular Science (LCS) requires a Telemetry implant and analysis software system. LCS/NIA currently owns the DSI telemetry base, software, and associated equipment from DSI. This is an upgrade to the current system and purchasing an entirely new system would be cost and time prohibitive. All LCS staff are trained, know the software and surgical procedures for implant, and have been utilizing it for fifteen (15) years.
Background/Description of Requirement

 

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-07 dated August 10, 2022.

The purpose for this acquisition is for a software system and accessories to allow the capability to simultaneously and continually record EEG and EMG, temperature and activity in alive and awake mice and rats.

The LCS/NIA requires a software system as an upgrade for the existing, NIA-owned Telemetry system used to monitor mouse and rat ECG, blood pressure and temperature in real time of the HAC8 mutant mouse and F344xBN rat.  These mutants are used in novel therapies for the treatment of these metabolic disorders, there is a growing imperative to better understand the biology of AMPK with regard to the regulation of whole-body energy balance, in particular its role in appetite regulation by the brain. F344xBN rats are functioning as a model of the human cardiovascular system to reflect the effects of aging and voluntary exercise on ECG, blood pressure, and temperature.

Purchase Description:

Salient characteristics:

The software system must provide the following:

  • HD-S02 and HD-X02 implants that will enable researchers to continuously collect two biopotential channels (typically EEG and EMG).
  • Temperature and activity data acquisition software that collects data from many subjects and signal types simultaneously, from hours to weeks.
  • Data analysis using validated algorithms to reliably obtain accurate, consistent results.
  • Ability to summarize and present the results of each study.

The software system must include the following specifications:

  • Ponemah Software System
  • PONEMAH CORE SOFTWARE 6.51
  • ART Transition to Ponemah Telemetry, Up to 8 Subjects
  • Electroencephalogram Analysis Software Module
  • Electrocardiogram Analysis Software Module
  • GWN7000 Ethernet Router
  • 183w Network Switch
  • Matrix 2.0 with USB Port for Signal Interface Support
  • Power Cord for 110V Power Supply
  • NeuroScore Replacement USB Key - FE940512
  • Two Biopotential channels, Temperature & Activity Warranted Battery Life: 6 weeks, Biopotential Lead Length: 20 cm, No Suture Rib

Quantity:  

  • Ponemah Software System; Quantity One (1)
  • PONEMAH CORE SOFTWARE 6.51; Quantity One (1)
  • ART Transition to Ponemah Telemetry, up to 8 Subjects; Quantity One (1)
  • Electroencephalogram Analysis Software Module; Quantity One (1)
  • Electrocardiogram Analysis Software Module; Quantity One (1)
  • GWN7000 Ethernet Router; Quantity One (1)
  • 183w Network Switch; Quantity One (1)
  • Matrix 2.0 with USB Port for Signal Interface Support; Quantity One (1)
  • Power Cord for 110V Power Supply; Quantity One (1)
  • NeuroScore Replacement USB Key - FE940512; Quantity One (1)
  • Two Biopotential channels, Temperature & Activity Warranted Battery Life: 6 weeks, Biopotential Lead Length: 20 cm, No Suture Rib; Quantity Two (2)

Delivery Date: 30 days - of ARO

Contract Type: A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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.”

The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.”

Quoter Terms and Conditions (To be completed by the Offeror):

1.    Period of Performance OR Delivery Date After Receipt of Order:
2.    Shipping Point (F.O.B. OR Destination):
3.    Payment Discount Terms:
4.   Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:

5.    SAM Unique Entity Identifier (UEI) No:

6.    Name of Company:
7.    Street Address, City, State, Zip code:

8.    Name of Person Authorized to Provide Quote:
9.    Telephone Number and Email Address of Person Authorized to Provide Quote:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b)product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

In case domestic sources are available and capable of fulfilling the Government’s need, the Government will use evaluation preferences in accordance with FAR 25.

Additional Terms and Conditions, Provisions, and Representations:

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation. See attachment. 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference: 

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 (Aug 2020), 

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

52.211-6, Brand Name or Equal (Aug 1999),

52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83)

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document with their quotation.

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  2. FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Aug 2020)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
  4. NIH Invoice and Payment Provisions

All responses must be received by 9/05/2022, at 10 AM EST and must reference announcement/solicitation number 22-011483. Responses may be submitted electronically to Randall Carter (Randall.carter@nih.gov).  Fax responses will not be accepted.

 

Interested parties may identify in writing their interest and capability in response to this requirement. 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.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.