NIA 23-008932

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
PowerLab 8/35 Data Acquisition System
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Lorraine
Gibbs
lorraine.gibbs@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
334516
Multichannel data acquisition system
Small Business Size Standard
1000 employees
FPDS Classification Code
6550
Estimated Period of Performance
N/A
Delivery of Goods
30 Days ARO
Competition Status
Non-Competitive
Vendor Name
AD Instruments
Vendor Address
4360 Arrowswest Drive
Colorado Springs, CO 80907
Single-Sole Source Determination
Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand name or industrial mobilization).

This notice of proposed acquisition is posted as an intent to award a FFP contract on a non-competitive basis to AD Instruments for the PowerLab 8/35 and LabChart Pro and PowerLab 8/35, 8 Channel Recorder. Although there are numerous manufacturers of digital physiological data recorders, only AD Instruments’ PowerLab systems can be operated from both Windows and MacOS X host computers without insertion of any internal interface (e.g. PCI card) and without the need for user programming. PowerLab data recorders, under control by LabChart Pro software, have the unique ability to digitize data at a different rate on each channel, permitting faithful recording of high-speed signals (e.g. ECG waveforms, MRI pulse trains) while collecting slow data (respiration rate, temperature, SpO2) efficiently. They also permit the user to easily define data conditions (e.g. amplitude or derivative thresholds) that trigger real-time events, such as digital outputs or chart comments. PowerLab hardware performs data buffering so that high-speed data collection does not slow down the performance of the host computer, allowing that computer to perform other functions needed to support MRI data acquisition.

Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulation (FAR) Part 13 - Simplified Acquisition Procedures, and FAR Part 12- Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023

 

The purpose of this acquisition is to purchase a PowerLab 8/35 and LabChart Pro and PowerLab 8/35 Channel Recorder that will be used to record muscle contraction force and other physiological parameters from human subjects scanned on our 3T and 7T MRI’s.This system will simultaneously record TTL logic pulses corresponding to the radiofrequency and gradient pulses of the scanner, permitting us to match individual MRI scans with physiological data from the subject.

The National Institute on Aging (NIA), Intramural Research Program (IRP), Laboratory of Clinical Investigation (LCI), Magnetic Resonance Imaging and Spectroscopy Section (MRI)  will be part of an expanded facility for MRI research on human subjects centered around a 3 Tesla Philips MR7700 scanner and a 7 Tesla Siemens Magnetom Terra X scanner. In a variety of experiments, including in-magnet exercise studies, it is necessary to record physiological data synchronously with the MRI data acquisition. The proposed data acquisition system will record these data and optionally, based on a user-defined algorithm, provide feedback to the participant via audio and/or video output.

Generic Name of Product:  Multichannel data acquisition system

 

Salient characteristics

Data acquisition system must consist of standalone units (i.e. not one or more cards inserted inside a computer) to permit use with a wide variety of host computers.

 

Control by Windows or MacOS computer via high-speed, industry-standard interface such as USB

Software must require little or no programming skill to use

Software must provide control and storage of all hardware settings

Software must support processing of digitized data on both Windows and MacOS X platforms regardless of the operating system under which the data were recorded.

System must include at least 16 analog input channels

At least 8 digital input channels

At least 8 digital output channels

At least two analog output channels

TTL trigger input to allow synchronization of data collection with external devices

Capability of marking data record in response to external trigger input

Must digitize analog signals within an amplitude range of at least +/- 2 mV to +/- 10 V

Digitization of analog input signals with a depth of at least 16 bits per channel

Digitization rate of at least 400,000 data samples per second on one channel

Digitization rate independently selectable for each analog input channel

Data buffering must be implemented so that the host computer need not be dedicated to running the data acquisition system but instead can run other tasks concomitantly.

Hardware and software must allow user-definable real-time (within 1 ms) actions (e.g. digital outputs, insertion of data comments, etc.) based on amplitude or derivative of input data as it is digitized.

Software must include support for channels calculated from signal inputs (e.g. rate, peak-to-peak voltage, etc.) and displayed during acquisition.

Software must be capable of displaying data as it is acquired in strip-chart format while permitting the user to view earlier data without pausing acquisition.

Software must support real-time conversion from voltage to user-defined units (e.g. degrees Celsius, CO2 concentration, percent blood oxygenation, etc.) based on both linear and non-linear fits to calibration points, provided either directly or from recorded data.

Software must include the ability to apply digital filters to data as it is digitized, displaying the raw and filtered data in separate channels.

Software must permit tabulation of statistical information (e.g. mean amplitude, average rate, etc.) from user-defined segments of collected data.

Software must support export of both raw and tabulated statistical data in industry-standard formats such as ASCII text and Excel (*.xlsx) files.

 

 

Quantity: One (1)

 

Delivery Date: 30 Days ARO

 

Contract Type:

 

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

 

Summary Statement: The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

 

 

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 UEI Number:

 

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:

 

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

 

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.

 

In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.

 

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. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Mar 2023) is applicable to this solicitation.

 

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Dec 2022) 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: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

 

3. FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items (Dec 2022), is applicable to this solicitation.

 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022) is applicable to this solicitation.

 

5. 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.

 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

 

1. 52.204-7 System for Award Management (Oct 2018),

 

2. 52.204-13 System for Award Management Maintenance (Oct 2018),

 

3. FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),

 

4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

 

5. 52.211-6, Brand Name or Equal (Aug 1999),

 

6. 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83),

 

7. HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

 

8.  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

 

 

The following provisions and clauses apply to this acquisition and are available as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

 

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

 

3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020) 3. NIH Invoice and Payment Provisions

 

4. NIH Invoice and Payment Provisions

 

 

All responses must be received by July 28, 2023, at 5PM and must reference announcement / solicitation number NIA 23-008932. Responses may be submitted electronically to Lorraine Gibbs at Lorraine.Gibbs@nih.gov 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.