NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334510 with a Size Standard of 500 Employees.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30,2014.
This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold.
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1.
DESCRIPTION OF REQUIREMENT
Purpose and Objectives
The purpose of this requirement is acquisition of a high density 128 channel EEG system to be used by the National Institute of Mental Health (NIMH) Functional MRI Facility (FMRIF) in support of imaging research.
Period of Performance
Delivery shall be approximately 90 days after receipt of award. A firm fixed price purchase order is contemplated.
Project Description
The contractor shall provide one (1) 128 channel EEG system that is FMRI compatible that meets the following criteria:
1. 128 Channel Geodesic EEG system
2. Net Amps 400
3. Hospital Grade Isolation Transformer
4. MacPro Desktop Computer
5. 27 inch LED Cinema Display
6. Articulated Arm
7. Net Station Software Package
8. Net Amp Wall Mount Bracket
9. Articulated Arm Table Mounting Bracket
10. Net Support Kit
11. 3 day on-site installation and training
12. Field isolation containment system
13. Clock sync I/O boc
14. Fiber optic converter
15. Artifact removal module
16. MRI ECG cable
17. MRI ECG electrodes
18. 128 channel Adult large 58-61 cm
19. 128 channel Adult medium 56-58 cm
20. 1218 channel Adult small 54-56 cm
21. Optional Individual 128 channel Hydrocel geodesic sensor nets warranty for one (1) year
22. Optional Warranty for up to two (2) years
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, only Electrical Geodesics, Inc. (EGI) is capable of meeting the needs of this requirement due to the capability of the HydroCel geodesic sensor net unique to EGI. The Geodesic EEG package from EGI is the only system available that supports high Impedance EEG recording using a unique HydroCel Geodesic Sensor Net. The HydroCel Geodesic Sensor Net allows for greater speed of the application of the nets to subjects. The 128 channel recording nets can be routinely applied in less than 15 minutes and used for recording session of 2-3 hours without need for individual sensor application. The design of this net allows for complete head coverage which ensures that all relevant data is captured. The Geodesic Sensor Net uses abrasion-free application methods and the electrodes themselves are held in place by gentle radial compression afforded by the unique geodesic tension structure. The risk of infection is reduced because the scalp is not compromised due to abrasion.
The intended source is:
Electrical Geodesics, Inc.
500 E. 4th Ave #200
Eugene, OR 97401-3167
CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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."
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Megan Ault, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.