Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

66 -- Natus Embla NDx Sleep Systems

Notice Date
7/10/2020 2:30:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003967RFQ
 
Response Due
7/24/2020 2:00:00 PM
 
Archive Date
08/08/2020
 
Point of Contact
Michael Horn
 
E-Mail Address
michael.horn@nih.gov
(michael.horn@nih.gov)
 
Description
STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMBINED SYNOPSIS/SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� Title: Sleep Acquisiton Systems �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is NIMH20003967RFQ and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.� THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Mental Health intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) with contractors capable of providing Natus Sleep Systems and Services. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.106-1(b). The rationale for the brand name justification is as follows: The essential characteristics of the Natus Embla NDx sleep acquisition system that limit the availability to a brand name are proprietary engineering and software which has been patented. The Natus system is the only system that is able to record multiple direct current (DC) channels. DC amplifiers are typically used to record slower-moving potentials, such as output from oximeters or pH meters, changes in pressure in continuous positive airway pressure (CPAP) equipment, or output from transducers that record additional important measurements such as body temperature. The ability to simultaneously record additional physiological parameters during the sleep recording is essential to forward -looking research, including current pediatric device validation work with NICHD and NIBIB seeking to establish the relationship between nocturnal desaturations in children with sleep apnea and subsequent cognitive changes during development. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated 7/2/20. (iv)������ The associated NAICS code 334510 and the small business size standard is 1250 employees.� This requirement is full and open with no set-aside restrictions.� (v)������� The National Institute of Mental Health (NIMH) seeks to upgrade its sleep laboratory. NIMH requires four (4) in-lab systems to replace the existing four (4) bed laboratory, (2 beds on 7SW-N, and 2 beds on 7SEN). In addition, two (2) portable sleep systems are needed that can acquire sleep data at any bed within the clinical center. Two (2) reading stations are also needed where sleep data are reviewed and interpreted. The ability to simultaneously record additional physiological parameters during the sleep recordings is essential to forward -looking research, including current pediatric device validation work with NICHD and NIBIB seeking to establish the relationship between nocturnal desaturations and subsequent cognitive changes during development. (vi)������ Purchase Description: Natus Embla NDx Sleep Systems Quantity: Four (4) x in-lab systems which includes Two (2) x portable systems and two (2) reading stations Salient characteristics: Refer to Attachment 1: Product Description for a complete description of salient characteristics. (vii)����� Delivery Date: Base Year: (Months 0 - 12) Thirty days after the award of the contract Option year 1: Preventive maintenance option Option year 2: Preventive maintenance option Option year 3: Preventive maintenance option Place of Delivery/Acceptance: NATIONAL INSTITUTE OF HEALTH 35 CONVENT DRIVE ROOM 7D54 BETHESDA MD 20892 FOB: Destination (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� Refer to Attachment 4 for complete details. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24, 52.204-26 and 52.212-3 with its offer. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition. (xiii)���� The following additional contract requirement(s) or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices. Warranty: The Contractor shall warrant that that the Equipment will be free from defects for a period of (12) months from the date of installation, inspection by the Government and acceptance. �� Three one (1) year preventive maintenance option periods after the end of the 12- month warranty. � (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: 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. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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.� (xvi)���� Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 5:00 PM, July 24, 2020 and reference number NIMH20003967RFQ. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov. �Fax responses will not be accepted. Any questions must be submitted by 5:00 PM EST on July 20, 2020.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference number NIMH20003967RFQ.� Telephone inquiries will not be honored. (xvii)���� Attachments Attachment 1 � Purchase Description Attachment 2 � FAR Provisions 52.204-24, 52.204-26 and 52.212-3 Attachment 3 � FAR Clauses 52.212-4, 52.212-5, and Additional Terms and Conditions Attachment 4 - FAR Provision 52.212-2
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c8421f38a0e4c61a038ebeacbfe9139/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05717979-F 20200712/200710230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.