The RFP Database
New business relationships start here

Complete 64 channel Biosemi ActiveTwo EEG system


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015)


The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b) (1)(i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to is, Cortech Solutions, Inc. 1409 Audubon Blvd. Suite 1 Wilmington, NC 28403-6705. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.


(ii) The solicitation number is W911QX-17-T-0230. This acquisition is issued as an Request for Quote. (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87.



(iv) The associated NAICS code is 423490. The small business size standard is 500 employees.


(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001
32 x PIN-type active sensor EEG Qty. eight (8),
CLIN 0002
Stud-clip electrode lead Qty. four (4),
CLIN 0003
Pin-Type CMS & DRL Electrodes on DIN Connector Qty. six (6),
CLIN 0004
Flat-Type Active Electrode-Individual Lead Qty. fourty-eight (48),
CLIN 0005
Head Cap 64 Electrode Holders Qty. twelve (12),
CLIN 0006
USB / Parallel 24-Bit Trigger I/O Interface Qty. one (1),
CLIN 0007
ActiveTwo Skin Conductance Module Qty. one (1),
CLIN 0008
ActiveTwo Consumables Starter Kit Qty. one (1),
CLIN 0009
Complete 64 channel Biosemi ActiveTwo EEG system Qty. one (1)


(vi) Description of requirements: Human Research and Engineering Directorate (HRED) requires a 64-channel Biosemi Active Two electroencephalography (EEG) system to ensure optimal data quality to meet both mission and customer program requirements for ARL-HRED's Human Sciences Campaign and to meet the requirements of a 6.1 training effectiveness experiment that includes an observational study of subjects performing a threat detection task while instrumented for physiological measurement.


The following EEG system is being procured with the following specifications:
32 x PIN-type active sensor, EEG, Qty eight (8):
• Input bias current: < 100 pA per channel
• Input impedance Active Electrode 300 MOhm @ 50 Hz (1012 Ohm // 11 pF)
• Input protection circuit
• Sintered Ag-AgCl electrodes
• Waterproof
• Fit in BioSemi electrodes holders (so that they interface with existing caps)
• 68 pin, male DIN connector


Stud-clip electrode lead, Qty four (4)


• in-line buffer amplifier
• two-contact output connector suitable for connection to BioSemi ActiveTwo EXG channel
• Stud-clip input connector for use with electrodes with studs (e.g. disposable electrodes)


Pin-Type CMS & DRL Electrodes on DIN Connector, Qty six (6)


• Input bias current: < 100 pA per channel
• Input impedance Active Electrode 300 MOhm @ 50 Hz (1012 Ohm // 11 pF)
• Input protection circuit
• Sintered Ag-AgCl electrodes
• Waterproof
• Fit in BioSemi electrodes holders (so that they interface with existing caps)
• One common DIN connector for the two electrodes (CMS/DRL)


Flat-Type Active Electrode-Individual Lead, Qty fourty-eight (48)


• two-contact output connector suitable for connection to BioSemi ActiveTwo EXG channel
• Input bias current: < 100 pA per channel
• Input impedance Active Electrode 300 MOhm @ 50 Hz (1012 Ohm // 11 pF)
• Input protection circuit
• Sintered Ag-AgCl electrodes
• Waterproof
• Fit in BioSemi electrode holders (so that they interface with existing caps)


Head Cap, 64 Electrode Holders, Qty twelve (12)


• Each cap should have 64 electrode holders compatible with BioSemi ActiveTwo pin type electrodes.
• Electrode holders should be arranged in standard 10/20 locations
• 4 size small/medium (52-56cm), 4 size medium(54-58cm), 4 size medium/large (56-60cm)


USB / Parallel 24-Bit Trigger I/O Interface Qty. one (1)


• DB37f connector with two eight bit ports (16 bits)
• DB25f connector with one eight bit port (8 bits)


ActiveTwo Skin Conductance Module Qty. one (1)



ActiveTwo Consumables Starter Kit Qty. one (1)


• SignaGel 250 g
• MonoJect 12 cc syringe
• Double-sided adhesive rings
• 3M micropone surgical tape
• 5 ft. vinyl measuring tape
• 6" Velcro Cable Strap
• 4 qt. White Polyehtelene Container
• Fine Non-iodized salt 3.75 oz
• Hydrogen peroxide Spray 32 oz
• Plastic head-cap stand
• Skin Resistance electrode paste 4 0z


Complete 64 channel Biosemi ActiveTwo EEG system Qty. one (1)


• 64 channels EEG
• 8 External channels
• Integrated photocell for seamless synchronization of data
• Active electrode technology
• 24bit ADC
• 32nV resolution



(vii) Delivery is required by one (1) month after contract award. Delivery shall be made to Army Research Laboratory, 321 Colleran Road, Aberdeen Proving Ground, MD, 21005-5001.


Acceptance shall be performed at Army Research Laboratory, 321 Colleran Road, Aberdeen Proving Ground, MD, 21005-5001.


The FOB point is Destination.


(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None.


(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: NONE, SEE INTENT TO SOLE SOURCE CLAUSE ABOVE.



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.


(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE


(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:


FAR
52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)
52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)
52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014)
52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)
52.222-26, EQUAL OPPORTUNITY (MAR 2007)
52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUL 2014)
52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF
52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015)
52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-36, PAYMENT BY THIRD PARTY (MAY 2014)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
52.239-1, PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)


DFARS
252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015)
252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION
252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)
252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015)
252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014)
252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012)
252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012)
252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.232-7017, NOTICE OF SUPPLY CHAIN RISK (NOV 2013)
252.239-7018, SUPPLY CHAIN RISK (NOV 2013)
252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002)



(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009)
252.204-7003 Control of Government Personnel Work Product (APR 1982)


Full Text Clauses:
252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013);
252.211-7003 Item Unique Identification and Valuation (DEC 2013);
APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011);
APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002);
APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999);
APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999);
APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999);
APG-ADL-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015)
APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011)


 


(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.


(xv) The following notes apply to this announcement: None


(xvi) Offers are due on 08/22/2017by 10:00 am EST, to jessica.r.camunez.civ@mail.mil and Benjamin.c.brown74.ctr@mail.mil


(xvii) For information regarding this solicitation, please contact Jessica Camunez, 575-678-8283, jessica.r.camunez.civ@mail.mil.


Jessica R. Camunez, Phone 5756788283, Email jessica.r.camunez.civ@mail.mil - Chase Brown , Acquisition Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP