This acquisition is a Total Small Business Set-Aside 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.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 / 01-24-2018.
The associated NAICS code 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, and the small business size standard 1,250 employees. This requirement is a total small business set-aside and potential Offerrors must be certified as a small business under this NAICS code.
Below is a list of line item numbers, the brand name or equal items, quantities, and units of measure:
Line No. 1, Item # 94218: Neural Data Acquisition System Chassis, OmniPlex D-DHP; 1 Each.
Line No. 2, Item # 94220-128: 128-channel Digital Headstage Processer, Digital Headstage Processor DHP/128; 1 Each.
Line No. 3, Item # 94219-128: OmniPlex Software, OmniPlex D SW/128 - DHP 1 Each
Line No. 4, Item # 92125-022: Digital Headstage cable to be used with HST/64DS; 2 Each.
Line No. 5, Item # 92410-044: 64-channel thumbtack design headstage; 2 Each.
Line No. 6, Item # 40948: Headstage tested unit for HST/64DS Headstage; 1 Each.
Line No. 7, Item # 91397-202: Carousel Commutator, OPT/Carousel Commutator 2 LED-2DHST; 1 Each.
Line No. 8, Item # 91797: Digital input cable for OmniPlex system, CBL/DI-OmniPlex-dsub25f; 1 Each.
Line No. 9, Item # 80000-008: Dell 6-core 5820 workstation, PLX-6 System Controller 3.7GHz; 1 Each.
Line No. 10, Item # 33437: PlexBright optogenetic stimulation system series Y, OPT/Series Y BNC cable-100-10: 1 Each.
Line No. 11, Item # 51382: PlexBright optogenetic stimulation system single channel, OPT/ 1ch_LED_Driver; 1 Each.
Line No. 12, Shipping; 1 Total Price.
A detailed description of the Brand Name or Equal items to be acquired is attached to this combined synopsis/solicitation, labeled as Attachment #1 - Purchase Description.
FAR 52.211-6 Brand name or Equal is applicable.
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
The dates for delivery and designated place and point of contract for delivery is identified in Attachment #1 - Purchase Description.
The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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: technical factors; past performance; and price. Technical and past performance, when combined, are significantly more important than cost or price.
The factors described below are listed in order of their relative importance:
1. Technical Capability and Functionality: NIDA shall evaluate the offeror's technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description.
2. Contract Management and Customer Support: NIDA shall evaluate the offeror's ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems. Specifically, the Government will evaluate the Offeror's capability based on its description of any applicable warranty, customer support process and its ability to provide end-to-end service; from installation, maintenance support, parts replacement, and approach to incident resolution on all supported products and services identified the Purchase Description.
3. Speed of Delivery, Installation and Set-up: NIDA shall evaluate the offeror's technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the statement of work.
4. Past Performance: The Offeror shall provide past performance information. Past performance information shall cover a minimum of 1 year in relevant services and deliveries of comparable systems. The Offeror shall provide at least one reference for any project identified under the experience factor that has a performance period within the past three years. For each reference, the offeror shall provide: (1) Organization/contracting partner's name; (2) Point of contact's (POC) name and contact information: Current phone numbers. Valid email addresses; (3) Description that precisely explains: General scope of the contract. Specific requirements of the contract. Offerors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. Furthermore, the Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information.
5. Price: Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable.
Offeror shall provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Offerors may also submit such things as product literature, product samples (if requested), technical features and warranty provisions.
The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the following FAR clauses:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)
52.219-8, Utilization of Small Business Concerns (NOV 2016)
52.219-13, Notice of Set-Aside of Orders (NOV 2011)
52.219-14, Limitations on Subcontracting (JAN 2017)
52.219-28, Post Award Small Business Program Representation (JUL 3013)
52.222-3 Convict Labor (June 2003).
52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016)
52.222-21 Prohibition of Segregated Facilities (Apr 2015).
52.222-26 Equal Opportunity (Sept 2016).
52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50 Combating Trafficking in Persons (March 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases (June 2008)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013).
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.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The technical response and price quote shall be submitted in an order and manner consitient with the table identified above and shall include: unit price, list price, discount price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination, Origin, etc), 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.
The response to the combined synopsis/solicitation is due no later than July 26, 2019 at 12:30 P.M. Eastern Standard Time (EST). Proposal submitted after the deadline may not be considered. The response must be submitted in a "read-only" electronic format to the Contracting Officer, Josh Lazaru at [email protected]. In the response, Offerors shall cite the RFQ number 75N95019Q00271 and the name of firm in the subject line of email submittal. Fax responses will not be accepted.
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.
Request for additional information and clarification may be sent to Contracting Officer, Josh Lazaru at [email protected] on or before July 23, 2019 at at 12:30 P.M EST.