Contact Points
6 - Opal Wearable Sensors
1 - Docking Station with power supply and USB cable
1 - Access Point wireless receiver with USB cable
6 - Monitor Straps (4 small, 1 sternum, 1 lumbar)
1 - Wireless Remote
1 - Footplate
1 - Mobility Lab software, on USB flash drive
1 - Small Carrying Case
The data collected from the Opal system will be used to measure and compare gait impairment and postural instability symptoms. This will aid the study by providing baseline and natural history data in the Parkinson patient population. This will assist with serving the data needed for a treatment trial in this patient population.
RFQ: 75N95023Q00641
Title: V2 Kit-06 Opal Mobility Lab System (Brand Name or Equal)
DATE ISSUED: August 24, 2023
ISSUED BY CONTRACTING OFFICE: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse (NIDA), Office of Acquisition (OA)
FOR INFORMATION CONTACT: Sarah Adan, 301-480-5422, sarah.adan@nih.gov
NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
CLASSIFICATION CODE: 5963 – Electronic Modules
SMALL BUSINESS SIZE STANDARD: 1,250 employees
COMPETITION STATUS: This requirement is full and open with no set-aside restrictions.
Date Quotation Due: All responses to this request for quote must be received by 12:00 PM Eastern Time on September 4, 2023 and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above. Fax responses will not be accepted.
IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the point of contact cited herein. This request does not commit the Government to pay any costs incurred in the preparation of the submission of a quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.
Description of Requirement:
The Parkinson’s Disease Clinic needs a tool to provide reliable and objective measurements of gait via accelerometry recordings. This requirement is to purchase an Opal Mobility Lab System which can provide objective measurements of various aspects of gait. This tool must be portable enough to transport between different exam rooms, easy to use, and be able to provide sensitive and reliable measurements. Data must be collected in a format which is easy to analyze and manipulate.
Purchase Description: V2 Kit-06 Opal Mobility Lab System (Brand Name or Equal)
Salient Characteristics: The system includes: 6 - Opal Wearable Sensors 1 - Docking Station with power supply and USB cable 1 - Access Point wireless receiver with USB cable 6 - Monitor Straps (4 small, 1 sternum, 1 lumbar) 1 - Wireless Remote 1 - Footplate 1 - Mobility Lab software, on USB flash drive 1 - Small Carrying Case
The data collected from the Opal system will be used to measure and compare gait impairment and postural instability symptoms. This will aid the study by providing baseline and natural history data in the Parkinson patient population. This will assist with serving the data needed for a treatment trial in this patient population.
Delivery Date: Within 60 days After Receipt of Order
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 Unique Identity ID
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 September 11, 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 Products and Commercial Services (Nov 2021) is applicable to this solicitation.
2. The provisions of FAR Clause 52.212.2 Evaluation—Commercial Products and Commercial Services (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:
a. Technical capability of the product offered to meet the Government requirement;
b. Price; and
c. Past performance [see FAR 13.106-2(b)(3)].
Technical and past performance, when combined, are significantly more important than price.
3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) is applicable to this solicitation.
4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022) 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 (June 2023) is applicable to this solicitation:
52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
52.219-28 Post Award Small Business Program Rerepresentation (Sep 2021) (15 U.S.C. 632(a)(2)). May require contractor completion.
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 (Oct 2022) (41 U.S.C. chapter 83).
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)
Page 4 of 4
In addition, the following FAR provisions 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).
The following provisions and clauses apply to this acquisition. 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 (Nov 2021)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
3. Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.
4. FAR 52.225-2, Buy American Certificate (Oct 2022)
5. NIH Invoice and Payment Instructions
All offerors must have an active registration in the System for Award Management (SAM), www.sam.gov.
SUMMARY STATEMENT:
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.
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.
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.