INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute of Mental Health (NIMH) intends to negotiate on a sole source basis with MBF Bioscience Inc. for Neurolucida system software imaging upgrades and software support.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The intended procurement is classified under NAICS code 511210 – Software Publishers with a Size Standard of $38.5 million.
This acquisition is set aside for small businesses.
REGULATORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2021-05 dated March 10, 2021.
DESCRIPTION OF REQUIREMENT
PURPOSE AND OBJECTIVES:
The purpose of the acquisition is to upgrade the Neurolucida software currently used to process mouse brain images to produce full three-dimensional reconstructions for analysis of brain circuits. The upgraded software includes several new functions that allow for analysis of neurons that have been specifically labeled in research on the functional organization of the mouse brain. These upgrades include: a) an enhanced cell detector function, which uses newly developed image processing algorithms to mark neurons labeled by experimental procedures automatically within the whole brain volume, and b) alignment of experimental whole brain volumes to a standard annotated reference atlas, which allows for comparison of neuron labeling across brains and quantifies the numbers of neurons in 1000 brain structures. Biolucida Software provides an image database integrated with Neurolucida software that is linked to a server providing the ability to access and analyze data through a web-based browser.
Purchase Description:
The salient product characteristics are as follows:
The existing software used on the Section on Neuroanatomy, Laboratory of Systems Neuroscience microscope imaging systems is manufactured and distributed solely by MBF Bioscience. There are no other applications that can interface with the existing microscope and stage drive system and achieve the desired end state/salient characteristics. Further, MBF Bioscience is the only contractor that can modify the existing software to provide the required upgrades to the system. A decision to pursue the desired end state through another software application would require new workstations, and the cost of starting over would be prohibitive and not in the Government’s best interest.
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, MBF Bioscience Inc. is the only vendor in the marketplace that can provide the products required by the Section on Neuroanatomy, Laboratory of Systems Neuroscience .
The intended source is:
MBF Bioscience Inc
185 Allen Brook Lane, Suite 101
Williston, VT 05495
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.
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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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.
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.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIMH-21-002974. Responses must be submitted electronically to Sarah Adan, Contract Specialist, at [email protected] and Valerie Whipple, Contracting Officer, at [email protected]. U.S. Mail and fax responses will not be accepted.