Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

66 -- Computerized Speech Lab - NIH Security Clauses

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIHCC14-008068
 
Archive Date
8/15/2014
 
Point of Contact
Diania Robinson, Phone: 301-594-5917, Julius Y Tidwell, Phone: 301-496-0101
 
E-Mail Address
dmrobinson1@mail.nih.gov, jtidwell@cc.nih.gov
(dmrobinson1@mail.nih.gov, jtidwell@cc.nih.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NIH Security Clauses THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective July 1, 2014. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), and Acquisition of Commercial Items. The Solicitation Number for this acquisition is NIHCL14008068 and is being issued as a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500 employees. This acquisition is being set aside 100 percent for Service-Disabled Veteran-Owned (SDVOSB). Background The National Institutes of Health Rehabilitation Medicine Department is requesting new Computerized Speech Lab (CSL) and Phonatory Aerodynamic Systems that allows for digital voice, speech and articulation recordings for assessment and therapeutic outcomes both clinically and for research. The system allows for documentation, image printing of an individual's voice print. Analysis and freeze frame capabilities will allow for assessment of vocal parameters from sustained phonation to contextual speech. The Computerized Speech Lab (CSL), and Phonatory Aerodynamic System are a highly advanced acoustic analysis system and functional respiratory efficiency during speech production with robust hardware for data acquisition complemented by the most versatile suite of software available for speech/voice analysis, measurement, and therapeutic interventions. Mandatory Contractor Requirements  Delivery Cost and carrier delivery to the specified address of the Speech Pathology Section, National Institutes of Health, 9000 Rockville Pike, Building 10- Room 1NE 1455, Bethesda MD 20892  Set up of the device with all of its hardware and software with the CSL from the manufacturer  Integrated setup with the Information Technology support members of the NIH for hookup to the present NIH server system and security privileges needed within the government for use with research patients  Establishment of data bases consistent with ones used in the Speech Section for extraction and reanalysis of data  Training of 2011-2014 updates of the system to present staff for clinical and research use and measured effectiveness with the NIH Speech Pathologists Core Clinical Competencies to perform speech, voice evaluations.  Immediate telephone support and service for clinical questions and concerns for both the hardware, software and the repeated integration needed for other manufacturer products  One year hardware /software warranty of the device with customer support troubleshooting and equipment service  Dismantling of present CSL equipment and Phonatory Analyzer which this device will replace Dismantling of preexisting equipment CSL and Phonatory Analyzer hardware Reporting Requirements and Deliveries o Delivery Cost and carrier delivery to the specified address of the Speech Pathology Section, National Institutes of Health, 9000 Rockville Pike, Building 10- Room 1NE 1455, Bethesda MD 20892 Attachments o Security Clauses AWARD CRITERIA Selection of an offeror for contract award will be based on an evaluation of quotes against three factors. The factors in order of importance are: technical, cost, and past performance. Although technical factors are of paramount consideration in the award of the contract, both past performance and cost/price are also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to make an award to that offeror whose quote provides the best overall value to the Government. Offerors are advised that award will be made to that offeror whose quotes provides the combination of features that offers the best or greatest overall value to the Government. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Government may become a significant determining factor for award of a contract as quotes become more equal based on the other factors. In any event the Government reserves the right to make an award to the best advantage of the Government, cost and other factors considered. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each quote will be evaluated carefully. Each quote must document the feasibility of successful implementation of the requirements of the RFQ. Offerors must submit information sufficient to evaluate their quotes based on the detailed elements listed below. TECHNICAL EVALUATION ELEMENTS In addendum to FAR 52.212-2; the following factors shall be used to evaluate offers: Mandatory Requirements: NO Point Allocation; Absolute Elements • Delivery Cost and carrier delivery to the specified address of the Speech Pathology Section, National Institutes of Health, 9000 Rockville Pike, Building 10- Room 1NE 1455, Bethesda MD 20892 • Set up of the device with all of its hardware and software with the CSL from the manufacturer • Integrated setup with the Information Technology support members of the NIH for hookup to the present NIH server system and security privileges needed within the government for use with research patients • Establishment of data bases consistent with ones used in the Speech Pathology Section for extraction and reanalysis of data • Training of 2011-2014 updates of the system to present staff for clinical and research use and measured effectiveness with the NIH Speech Pathologists Core Clinical Competencies to perform speech, and voice evaluations. • Immediate telephone support and service for clinical questions and concerns for both the hardware, software and the repeated integration needed for other manufacturer products • One year hardware /software warranty of the device with customer support troubleshooting and equipment service • Dismantling of present CSL equipment system and Phonatory Analyzer system which these devices (hardware/software will replace. Element 1 50 point total pints The latest generation CSL hardware is an input/output recording device with its high endurance Computer, which complies with the rigorous specifications and features needed for reliable acoustic measurements. Determination of the points will include: • Easy interface between existing hardware, drivers and analysis software and the ability to use and reload existing data recorded from previous assessments at the NIH into the hardware and with extraction and reanalysis capability. (10 points) • The ability to use its integrated hardware and software is well tailored for sound input and measurement in the most exacting speech processing applications. This CSL offers input signal-to-noise performance typically 20-30dB superior to generic, plug-in sound cards. The CSL has been refined over ten years of continuous development to yield standard features for speech analysis for teaching, research, voice measurements, clinical feedback, acoustic phonetics, second language articulation, and forensic work. (25 points) • Nineteen programs and databases for target of specific speech applications. (15 points) Element 2 (50 point total points ) Assessment award is based on points for key airflow and pressure measurements for speech and voice production of the Phonatory Analyzer System. This is to be a new system for replacements. • Ease of operation and interface with the speech laboratory computer system (16.6 points) • Interface of NIH existing data and recall and analysis with the inspiratory and expiratory flow measurements. (16.66 point ) • Image, acoustic displays and ability to connect to EGG signal wave forms. (16.66 points) The following Provisions and Clauses apply: FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012); FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (Additional Evaluation criteria set forth in the combined synopsis/solicitation; FAR 212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012); FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), FAR 219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219.28 Post Award Small Business Program Representation (APR 2012); FAR 52.222-3 Convict Labor (JUN 2003); FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009); FAR 52.223-6 Drug Free Workplace (May 2001), FAR 52.227-14 RIGHTS IN DATA - General (Dec 2007), FAR 52.228-5 Insurance - Working On a Government Installation (JAN 1997) and FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). The Contractor shall comply with the following clauses, which are incorporated in this contract in full text, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Contracting Officer's Representative The following Contracting Officer Representative (COR) will represent the Government for the purpose of this contract: To be determined at the time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COR designation. Interested Offerors may submit quotations electronically to this notice no later than 9:00 AM. (EST) July 31, 2014. Questions regarding this combined synopsis/solicitation must be received in writing by this office no later than July 25, 2014. Offerors may submit a completed FAR 52.212-3, or cite their Representations and Certifications on SAM.gov. The Government intends to make a single award based upon best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before August 1, 2014. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Ms. Diania Robinson at the address listed in this solicitation. Please reference the solicitation number NIHCL14008068 on your offer. Requests for information concerning this requirement are to be addressed to Diania Robinson via e-mail only to dmrobinson1@cc.nih.gov prior to the closing date. NO PHONE CALLS PLEASE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCC14-008068/listing.html)
 
Place of Performance
Address: NIH, Clinical Center, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03433308-W 20140724/140722235103-99ea7d3659f2f9e65ee15453026d46e8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.