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) 05-72 dated January 30,2014.
This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold.
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1.
DESCRIPTION OF REQUIREMENT
Purpose and Objectives
The purpose of this requirement is acquisition of one (1) Plexon, Inc. OmniPlex D Neural Data Acquisition System. This system is required by the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Cellular Neurobiology Research Branch (CNRB) to perform research regarding neural mechanisms and the prediction of rewards and safety.
Period of Performance
Delivery is required within 60 days after receipt of award. A firm fixed price purchase order is contemplated.
Project Description
The Contractor must be able to provide the following:
1) One (1) OmniPlex D (Manufacturer's Part No. 94200)
2) One (1) Digitizing Amplifier DA1/32 (Manufacturer's Part No. 94211)
3) One (1) OmniPlex SW/32 (Manufacturer's Part No. 94231)
4) One (1) OFS/v3 with OmniPlex D (Manufacturer's Part No. 94205)
5) Two (2) HST/16o25-GEN2-18P-2GP-G1 (Manufacturer's Part No. 40684-020)
6) Two (2) HSC/16o25-GEN2-36L (Manufacturer's Part No. 33528)
7) One (1) HTU/16o25-18P (Manufacturer's Part No. 51004)
8) One (1) CBL/DI-OmniPlex-BW-15L (Manufacturer's Part No. 90426)
9) One (1) PLX-4 System Controller (Manufacturer's Part No. 80001)
10) One (1) MON/24LCD-W-OPX (Manufacturer's Part No. 24800)
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, the NIDA IRP CNRB is currently using a Plexon system and requires another system to manage increased research efforts. Plexon systems are proprietary to the original equipment manufacturer and no other equipment will function in the exact same way. As the research to be performed by the CNRB is expected to be the same using both systems, the data must be standardized across equipment used. Use of any other brand of neural data acquisition system would unacceptably compromise CNRB research data and conclusions.
The intended source is:
Plexon, Inc.
6500 Greenville Avenue, Suite 730
Dallas, TX 75206
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 the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Lauren Phelps, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.