75N95024Q00057

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Digitizer module to handle high speed data transfer for an AOD-based two photon microscope
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Morgen
Slager
morgen.slager@nih.gov
NAICS Code Number
334516
Small Business Size Standard
1,000
FPDS Classification Code
6632
Delivery of Goods
180 Days ARO
Single-Sole Source Determination
NI is the only company to manufacture the equipment that provides a high speed digitizer module compatible with the FLEXRio platform. Since NI is the manufactures of the equipment they hold the proprietary knowledge needed to fulfill this requirement meeting the following performance characteristics:
o1.6GS/so12-bit
o2.27 GHz bandwidth
o2-channel
Background/Description of Requirement

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: Morgen Slager, morgen.slager@nih.gov

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE: 334516- Analytical Laboratory Instrument Manufacturing

CLASSIFICATION CODE:  6632 - Analysis Instruments, Medical Laboratory Use

SMALL BUSINESS SIZE STANDARD: 1,000

SET-ASIDE STATUS: The proposed acquisition is single sourced with no set-aside restrictions.

COMPETITION STATUS:  This requirement is non-competitive

Date Quotation Due: All responses to this request for quote must be received by 3:00 PM Eastern Standard Time, on December 15, 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:

General Requirements:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the purchase description.

Specific Requirements:
The cortex-cerebellum circuitry lab needs a digitizer module to handle high speed data transfer for an AOD-based two photon microscopes. Specifically, the following parts are needed:
5722 1.6 GS/s, 12-Bit, 2.27 GHz Bandwidth, 2-Channel Digitizer Adapter Module for FlexRIO

1 Year Warranty for equipment.

There is only one company to manufacture the equipment that provides a high speed digitizer module compatible with the FLEXRio platform. Since they manufacture the equipment they hold the proprietary knowledge needed to fulfill this requirement meeting the following performance characteristics:
•    1.6GS/s
•    12-bito
•    2.27 GHz bandwidth
•    2-channel

Period of Performance:
180 days ARO

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
5.    UEI 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 December 20, 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 provision at FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023) is applicable to this solicitation. 
2.    The provision at FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations 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 item offered to meet the Government requirement;
b.    Price; and 
c.    Past performance [see FAR 13.106-2(b)(3)].
3.    The provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Nov 2023), is applicable to this solicitation. 
4.    The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023) 
5.    The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Dec 2023) is applicable to this solicitation and the Contractor shall comply with the FAR clauses below that the Contracting Officer has indicated as being incorporated in this contract:
52.203-17 Contractor Employee Whistleblower Rights (Nov 2023)
52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
52.219-28 Post Award Small Business Program Rerepresentation (Sep 2023)
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
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)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)
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 are 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).

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.

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.