NIH-NINDS-21-010882 - Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Engineering service
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Briana
Oates
briana.oates@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance

Small Business Size Standard
$22.00 million
FPDS Classification Code
N/A
Estimated Period of Performance
12-16 weeks
Delivery of Goods
N/A
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Blackrock Microsystems
Address
630 Komas Dr., Suite 200
Salt Lake City, UT 84108-1229
Single-Sole Source Determination
The work must be obtained from Blackrock Systems because they are the manufacturers and designers of the only equipment that is compatible with the products currently being used in the lab. It is important that the same vendor is used in order to avoid experimental variability. This requirement is issued on a sole source basis because they are the only vendor that is able to provide the equipment needed in mission critical experiments.
Background/Description of Requirement

The Functional Neurosurgery Section (FNS) exploits the unique investigative opportunities provided by intracranial electrical recordings during neurosurgical procedures. FNS investigates learning and memory by recording from single neurons in the human brain during the course of clinical treatment for epilepsy. Blackrock Cereplex Arrays are the only devicees capable of doing this in the human brain. We require custom engineering work to ensure the signals captured by Cereplex Arrays have good signal quality in the clinical environment.  No other commercially available electrodes have these same, mission critical capabilities and the custom engineering cannot be performed by another manufacturer.

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.