SET-ASIDE STATUS
This acquisition is not a set-aside and is issued for full and open competition.
ACQUISITION AUTHORITY
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. This acquisition is not expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date.
DESCRIPTION OF REQUIREMENT
Purpose
The National Institute of Mental Health, Experimental Therapeutics & Pathophysiology Branch requires an electroencephalographic (EEG) recording system compatible with a transcranial magnetic stimulation (TMS) for research and development purposes in the newly-forming Clinical Neuromodulation Laboratory in the NIMH.
Project Requirements
The Contractor must be able to provide a brand name or equal agreement that includes the following:
TrueScan EEG 64 Portable EEG System (Quantity: 1)
• 64 unipolar channels
• up to 4,096Hz sampling rate per channel (up to 1,024Hz stored)
• control computer and acquisition software
• compatible with TMS and tDCS
• built-in, real time impedance measurement
• data export in EDF, EDF+ and MATLAB formats
64 Channel EEG Cap for TMS (Quantity: 3)
Anticipated Period of Performance
The TrueScan EEG 64 Portable EEG System shall be delivered within 4 weeks after receipt of order.
Contract Type
The Government expects to issue a firm fixed price purchase order for this requirement.
APPLICABLE CLAUSES AND PROVISIONS
FAR Clause 52.213-4: Terms and Conditions -- Simplified Acquisitions
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
EVALUATION CRITERIA
The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following:
1. The Offeror must include all the brand name or equal project requirements detailed in this notice in its quotation.
2. If proposing equal equipment, the Offeror must provide specification information for the equipment so that the brand name or equal status may be verified.
3. Technical factors are more important than cost or price. Selection of the contractor to perform this work will be based on the Government's assessment of the best overall value.
RESPONSE FORMAT
Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include equipment descriptions and specifications per the requirements listed above as well as associated pricing. The quotation must also indicate the trade-in value of the equipment to be traded-in.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-661. Responses shall be submitted electronically to Jennifer Burns, Contract Specialist, at [email protected].