POTS22-005353

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Natus Lab Upgrade
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Tam
Ngo
ngot@nih.gov
NAICS Code Number
333997
Natus Embla NDx Sleep Systems
This order will complete the outfitting of a sleep acquisition system on 1SW.

The Natus Embla NDx provides 64 referential channels, up to 12 programmable bipolar channels and 16 DC, for sleep research studies.
Delivery of Goods
30 days following award of contract
Set-Aside Status
Full Set Aside
Competition Status
Brand Name Only
Vendor Name
Natus Neuro
Vendor Address

3150 Pleasant View Road
Middleton, WI 53562 USA
Brand Name
Sleep Acquisiton Systems
Rationale/ Salient Characteristics
The essential characteristics of the Natus Embla NDx Sleep Systems are that it contains all digital technology and incorporates standard sleep peripheral sensors to monitor polysomnographic data. Simultaneous data collection and display can occur for up to 92 channels.
Single-Sole Source Determination
the Natus Embla NDx Sleep Systems listed herein is available from only one source, and competition is precluded for the reasons indicated below. There are no substitutes available.

This acquisition is restricted to:

Natus Neuro
3150 Pleasant View Road
Middleton, WI 53562 USA
Background/Description of Requirement
To be able to perform sleep studies in behavioral unit/lock down unit. The sleep service currently has no system for simultaneous measurement of greater than 32 individual, “channels,” or pieces of data. Our current need is for 40, and the Natus Ebla NDx sleep acquisition system allows for up to 92, which gives us room to grow. Future protocols currently onboarding, and sensitive to particular diagnoses will require the use of study-specific sensors that are compatible with these same sleep acquisition systems.

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.