23-009914

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Ultrasonic Acoustic Processor and Speaker
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
334519
Other Measuring and Controlling Device Manufacturing
Small Business Size Standard
600
FPDS Classification Code
6640
Delivery of Goods
45 Days after receipt of award
Competition Status
Non-Competitive
Vendor Name
Tucker Davis Technologies, Inc.
Vendor Address
11930 Research Circle
Alachua, FL 32615
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.

This notice of proposed acquisition is posted as an intent to award a FFP contract on a non-competitive basis to Tucker Davis Technologies, Inc. for a Z-Series 4-DSP Bioacoustics System w/Attenuators and Optic Fiber and Multifield Speaker- Stereo. Although there are many manufacturers that make this equipment Tucker Davis Technologies, Inc. is the only one that can furnish the requirements, to the exclusion of other sources, because the items requested are those that interface with already owned lab equipment and is not a standalone system.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulation (FAR) Part 13 - Simplified Acquisition Procedures, and FAR Part 12- Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.

The purpose of this acquisition is to purchase a Z-Series 4-DSP Bioacoustics System w/Attenuators and Optic Fiber and a Multi Field Speaker Stereo that interfaces with existing lab equipment and is used to control behavioral apparati and record animal behavior with high spatial and temporal resolution.

The National Institute on Aging (NIA), Neurocognitive Aging Section (NAS) of the Laboratory of Behavioral Neuroscience (LBN) requires the Z-Series 4-DSP Bioacoustics System w/Attenuators and Optic Ficer (RZ6-A-P1) which is a a data processor that connects to lab equipment that the Neurocognitive Aging Section already owns, allowing for the ability to both record animal behaviors through high resolution/frame rate cameras and microphones but also control behavioral apparati. The immediate objective for this equipment is to simultaneously record ultrasonic rat vocalizations, which are highly characterized to different rat emotional states, as well as play those vocalizations back to the animals through the Multi Field Speaker Stereo (MF1-S).  This system will allow the lab to investigate how aging affects the emotional states of rats placed into various experimental conditions, as well as how aging effects the ability of rats to respond to the emotional states of others. This piece of equipment will be used simultaneously for a multitude of projects.

Salient characteristics:

  • The product must be able to be able to simultaneously record high-frequency (10-80 kHz) noise, play noise in the same frequency range, and interface with other hardware that is capable of recording high resolution video while synchronizing all recording modalities.
  • The product must be able to interface with a synchronizing hardware/software through fiberoptic connection to minimize lag.
  • The product must have at least 2 input channels for microphones
  • The product must be able to process incoming data at a sampling frequency greater than or equal to 180 kHz.
  • The product must digitize any analog signals at greater than or equal to 24-bit resolution.
  • The product must be able to output data to a speaker from a range of 100 Hz to 80 kHz.
  • The product must be able to play the output data mentioned in “e” at the indicated frequency ranges.

Quantity: One (1) Z-Series 4-DSP Bioacoustics System w/Attenuators and Optic and One (1) Multi Field Speaker- Stereo

Delivery Date: 45 Days after receipt of award.

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.”

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. NIH BPA Number, if applicable:

 5. SAM UEI Number:

 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).

 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 (Mar 2023) is applicable to this solicitation.

 2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) 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 (Dec 2022), is applicable to this solicitation.

 4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) 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 (June 2023) is applicable to this solicitation.

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

 1. 52.204-7 System for Award Management (Oct 2018),

 2. 52.204-13 System for Award Management Maintenance (Oct 2018),

 3. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),

 4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

 5. 52.211, Brand Name or Equal (Aug 1999)6. 52.225-1, Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83)

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

 8.  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

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

 1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020) 3. NIH Invoice and Payment Provisions

 4. NIH Invoice and Payment Provisions

 All responses must be received by August 20, 2023, at 3PM and must reference announcement / solicitation number NIA 23-009914. Responses may be submitted electronically to Randall Carter at Randall.carter@nih.gov Fax responses will not be accepted.

​​​​​​​All responsible sources may submit response which, if timely received, must be considered by the agency.”

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.