75N95023Q00616

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Replace hardware components of an existing Rogue Research (US) Inc., BrainSight neuronavigation system.
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Christopher
Belt
cbelt@nida.nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000 Employees
FPDS Classification Code
J066 - Maintenance, Repair, and Rebuilding of Equipment- Instruments and Laboratory Equipment
Estimated Period of Performance
One Time Delivery and Installation
Delivery of Goods
60 Days ARO
Single-Sole Source Determination
This acquisition request seeks to replace hardware components of an existing BrainSight neuronavigation system solely manufactured by Rogue Research, Inc. No other components other than those manufactured by Rogue will work on the system. BrainSight neuronavigation systems are used in all HCPS research studies to spatially co-register different neuroimaging data modalities and for spatial targeting of non-invasive brain stimulation interventions. The BrainSight neuronavigation system consists of several hardware components including an NDI Lyra camera, I/O box, several motion tracking accessories, iMac computer and custom-designed cart, as well as a proprietary software application. The software application is designed to function exclusively with these specific hardware components. The current acquisition request includes a new NDI Lyra camera, a new I/O box, a new tracker kit, and a new cart. The existing system still has years remaining in its lifespan. Replacing these non-functioning hardware components will ensure the government receives the greatest value from the system purchase. Moreover, by replacing these parts instead of a new system, the government will be able to maintain the existing software license and iMac computer. For the reasons mentioned above, purchasing the replacement parts represents a significant cost savings to purchasing a completely new system and is necessary to realize the greatest value from the existing system.
Background/Description of Requirement

National Institute of Neurological Disorders and Stroke (NINDS) has a requirement for the replacement of hardware components of an existing Rogue Research BrainSight neuronavigation system. The following components are required along with installation:

• (1) Quantity - Brainsight I/O box with 2 channel EMG – Item # IOBOX0103
• (1) Quantity - Mobile Trolley for Mac computer/display - Item # COMPT0401
• (1) Quantity - Lyra Upgrade for Brainsight system – Item # UPGBLYRA0101
• (9) Quantity - NDI Passive Sphere- Item # SPHEND10101
• (1) Quantity - Elastic Head Strap – Item # HDSTRP0101
• (1) Quantity - Clear Lensed glasses – Item # HDTNHX0201
• (1) Quantity - Forehead adhered head tracker – Item # HDTNHX0301

DELIVERY DATE: 60 days after receipt of order (ARO).

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 Unique Entity ID (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 closing day 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.

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.