75N95023Q00121

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
High Resolution Infra-red Cameras for Surgical Neuronavigation System for Nonhuman Primates
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Diedra
Prophet
diedra.prophet@nih.gov

Secondary Contracting Officer

Michael
Horn
michael.horn@nih.gov
NAICS Code Number
334118
Product Requirements:

Four (4) Cortexplore neuronavigation infrared (IR) cameras systems or equivalent per FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999).
Small Business Size Standard
1,000 Employees
FPDS Classification Code
6640 - Laboratory Equipment and Supplies
Estimated Period of Performance
N/A
Delivery of Goods
60 days after receipt of order
Set-Aside Status
Not Set Aside
Competition Status
Brand Name or Equal
Brand Name
High Resolution Infra-red camera for surgical neuronavigation system for nonhuman primates
Rationale/ Salient Characteristics
• Four (4) High resolution IR cameras (1.3 MP) with a frame rate of 180 Hz.
• Wireless connectivity with navigation computer with Intel core I7 and NVIDIA graphics card.
• Compatible with camera calibration tool manufactured with laser precision.
• Expanded Cortexplore license for functionality with 8 cameras.
• Proven accuracy for targeting NHP subcortical structures in operating environment.
Single-Sole Source Determination
N/A
Background/Description of Requirement

The Laboratory of Neuropsychology investigates higher brain functions such as stimulus encoding, reward based learning, and stochastic decision making. NIH is working to implement sophisticated, cutting-edge molecular tools that permit the modulation of specific pathways and cell types in the study of higher brain functions. This approach requires the precise spatial targeting of viral vectors into circumscribed neuroanatomical regions of nonhuman primate brain. The purpose of this requirement is to augment a validated, highly accurate surgical neuronavigation system specifically for nonhuman primates, with the purchase of four additional cameras.

Offeror 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:
  5. Unique Entity ID 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:

Contract Type:

A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is March 30, 2023.

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.  The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (Nov 2021) is applicable to this solicitation.

2.  The provisions of FAR Clause 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:

        1. Technical capability of the item offered to meet the Government requirement;

        2. Price; and

        3. Past performance [see FAR 13.106-2(b)(3)].

3.  The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Dec 2022), is applicable to this solicitation.

4.  The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (Dec 2022) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.

5.  The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Dec 2022) is applicable to this solicitation:

  • 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021)
  • 52.222-3 Convict Labor (Jun 2003)
  • 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022)
  • 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
  • 52.222-26 Equal Opportunity (Sep 2016)
  • 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
  • 52.222-50 Combating Trafficking in Persons (Nov 2021)
  • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
  • 52.225-1 Buy American—Supplies (Nov 2021) (41 U.S.C. chapter 83)
  • 52.225-13 Restrictions on Certain Foreign Purchases
  • 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

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)
  • 52.214-34 Submission of Offers in the English Language (APR 1991)
  • 52.214-35 Submission of Offers in U.S. Currency (APR 1991)

The following provisions and clauses apply to this acquisition and will be completed once a response is submitted. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents.

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  2. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  3. Standard Invoice and Payment Provisions

DELIVERY DATE:  60 days after receipt of order. Inspection and acceptance will be performed at the National Institutes of Mental Health (NIMH), 49 Convent Drive, Bldg. 49, Room 1B80, Bethesda, MD, 20892.  A firm fixed price type order is anticipated to be awarded as a result of this RFQ.

Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service.  The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.  Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

DATE QUOTATION DUE: All responses to this request for quote must be received by 12:00 PM Eastern Standard Time, on 03/08/2023 and must reference the request number cited above, 75N95023Q00121. Responses must be submitted electronically to the contact person cited above. 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.