Federal Bid

Last Updated on 10 Sep 2013 at 8 AM
Solicitation
Location Unknown

Avotec RE-5701 Eye Imaging Systems

Solicitation ID HHS-NIH-NIDA-PS-2013-3034502
Posted Date 16 Aug 2013 at 6 PM
Archive Date 10 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS 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 and Simplified Acquisitions Branch (SS/SA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Avotec, Inc. for two (2) Real Eye Model RE-5701 Eye Imaging Systems. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 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- 69 dated August 1, 2013. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. DESCRIPTION OF REQUIREMENT Background - The National Institute of Mental Health (NIMH) Functional MRI Facility (FMRIF) uses eye imaging, tracking, and monitoring for medical research purposes. The FMRIF is currently using an Avotec Real Eye Model RE-5701 Eye Monitoring System installed on a GE Discovery MR750 3.0 System for longitudinal studies. The FMRIF is expanding and now requires additional eye tracking infrastructure. Purpose and Objectives The purpose of this requirement is acquisition of two eye monitoring systems to provide reliable eye imaging and input across multiple MRI scanner platforms. Period of Performance Delivery and installation of the abovementioned products is expected to be concluded within six weeks of a contract award. A firm fixed price award is anticipated. Project Description Avotec Inc. will provide two (2) Real Eye Model RE-5701 Eye Imaging Systems which will each include one each of the following: Fiber Optic Image Guide Assembly, Infrared Fiber Optic Illuminated Assembly, Camera and Tracker Interface, and DC Power & Fiber Optic Cables and Filter. 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. The intended source is: Avotec, Inc. 63 NW Buck Hendry Way Stuart, Florida 34994 Avotec, Inc. is the manufacturer of the Real Eye Model RE-5701 Eye Imaging System currently used by NIDA and Avotec, Inc. is the only seller. It is imperative that this purchase be of Real Eye Model RE-5701 Eye Imaging Systems for the purposes of standardized data over longitudinal studies and compatibility with the current system. 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 August 27, 2013 at 10:00 AM EST and must reference number HHS-NIH-NIDA-PS- 2013-3034502. Responses may be submitted electronically to Lauren Phelps at [email protected] or by U.S. mail to the National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) 31 Center Drive, Room 1B59, Bethesda, Maryland 20892, Attention: Lauren Phelps. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency." Â
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Jun 2025 at 4 AM
Little rock Arkansas 22 Dec 2020 at 5 AM
Tinker air force base Oklahoma 24 Jun 2003 at 5 AM

Similar Opportunities

Indianapolis Indiana 10 Jul 2025 at 8 PM
Norfolk Virginia 01 Aug 2025 at 2 PM
Washington navy yard District of columbia 31 Dec 2025 at 5 AM (estimated)