Federal Bid

Last Updated on 22 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Bayview Idaho

DSI HD Telemetry acquisition and analysis system including Ponemah Software with glucose analysis model

Solicitation ID NIHDA201800529
Posted Date 04 Sep 2018 at 3 PM
Archive Date 22 Sep 2018 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 Bayview Idaho United states
COMBINED SYNOPSIS / SOLICITATION
NON-COMPETITIVE

Solicitation Number: NIHDA201800529

Title: DSI HD Telemetry acquisition and analysis system including Ponemah Software with glucose analysis model.

The National Institute on Drug Abuse (NIDA), Office of Acquisition, Contracts Management Branch Blue, on behalf of the National Institute of Aging intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Data Sciences International under the authority of FAR 6.302.

ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, PROPOSAL, OR QUOTATION BY THE CLOSE DATE OF THIS COMBINED SYNOPSIS SOLICITATION, WHICH SHALL BE CONSIDERED BY THE AGENCY. A DETERMINATION BY THE GOVERNMENT NOT TO NEGOTIATE EXCLUSIVELY WITH THIS PROPOSED CONTRACTOR BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT.

(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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is NIHDA201800529 and the solicitation is issued as a combined synopsis solicitation.

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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is that the DSI HD Telemetry acquisition and analysis system is the only system that can measure an animal's glucose levels in real time continuously for up to 6 weeks.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, dated June 15, 2018.

(iv) The associated NAICS code is 334516 and has a small business size standard of 1000 employees. This requirement has no set-aside restrictions.

(v) The purpose of this acquisition is to procure a DSI HD telemetry acquisition and analysis system.

(vi) The contractor will deliver a DSI HD telemetry acquisition and analysis system that can measure an animal's glucose levels in real time continuously for up to 6 weeks.

(vii) The anticipated delivery date is 30 days after receipt of order.

(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.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Contractor's technical capability to meet the Government's requirement; (ii) price.

(b) 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) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, 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.

(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. None.

(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.

Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

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."

All responses must be received by 12:00 P.M. Eastern Standard Time on September 7, 2018 and must reference solicitation number NIHDA201800529. Responses may be submitted electronically to Eric McKay, [email protected].

Fax responses will not be accepted.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Eric McKay, [email protected], 301-480-2406.

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 30 Apr 2024 at 3 PM
Plaza North dakota 08 May 2019 at 10 PM
Frederick Maryland 27 Aug 2010 at 1 PM
Location Unknown 31 Dec 2015 at 9 PM
Frederick Maryland 21 Jul 2021 at 8 PM

Similar Opportunities

Hallandale Florida 21 Jul 2025 at 3 PM
Bayview Idaho 25 Jul 2025 at 9 PM
Washington District of columbia 31 Dec 2028 at 5 AM
Washington District of columbia 31 Dec 2028 at 5 AM