Contact Points
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.