SOURCES SOUGHT
66 -- ODYSSEY SYSTEM PREMIUM
- Notice Date
- 7/23/2008
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- National Institutes of HealthNational Institute of Diabetes andDigestive and Kidney DiseasesTwo Democracy Plaza6707 DEMOCRACY BLVD, R. 775BethesdaMD20892-7511
- ZIP Code
- 20892-7511
- Solicitation Number
- NIHDK2008079
- Response Due
- 8/1/2008
- Archive Date
- 8/31/2008
- Point of Contact
- GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing Brand Name or Equal to Odyssey System Premium with the following specifications:QuantityItem NumberItem Description1 9120ODYSSEY INFRARED IMAGER1 9991-029ODYSSEY ACCESSORY PACK19201-550ODYSSEY ICW MODULE1616-06141COMPUTER SYSTEM STANDARD19201-50ODYSSEY INSTALL & TRAINING TRAINING 3 PEOPLE MAX1616-0635810/100 5 PORT SWITCH 120V POWER SUPPLY1610-04468SURGE SUPPR, 6OUT, 12V, 15A19201-60ICW TRAINING TRAIN 3 PEOPLE MAX19201-500ODYSSEY SOFTWARE ONE USER LICENSE19201-510UNLIMITED USER LICENSE ODYSSEY SOFTWARE1984-09546ODY PROTOCOL MANUAL 3.0The equal item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Due to time sensitivity, a copy of the capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (5:00 P.M. local time at designated location) on August 1, 2008. Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d7f722ee452f2758191b186617c4c56&tab=core&_cview=1)
- Record
- SN01621437-W 20080725/080723224028-7d7f722ee452f2758191b186617c4c56 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |