Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
SOLICITATION NOTICE

66 -- Vevo2100 High Resolution In Vivo Imaging System

Notice Date
2/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-{HL}-2009-057-DDC
 
Archive Date
2/28/2009
 
Point of Contact
Deborah - Coulter,, Phone: (301) 435-0368, Joanna M. Magginas,, Phone: (301) 435-0360
 
E-Mail Address
dc143b@nih.gov, jb532r@nih.gov
 
Small Business Set-Aside
N/A
 
Description
Title:Vevo2100 High Resolution In Vivo Imaging System **** THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 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. The reference solicitation number is: NHLBI-PB(HL)-2009-057-DDC. This solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 – Test Program for Certain Commercial Items. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-29. The total contracted dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a Full and open competition, no set aside or other restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the NHLBI Murine Phenotyping Lab intends to award a single, fixed priced purchase order for the purchase of a Vivo2100 High Resolution In Vivo Imaging System. 1. Product # VS-11945, Vevo 2100 Imaging System (120v) quantity one (1) each, to include the following; a. Instrumentation Hardware: Rolling portable cart and ultrasound unit, 120V, Workflow-driven operator control panel, MicroScan transducer (Mst) connector and holders, Imaging Starter Kit (SA-10907). b. Analytic Software: Analytic software package for B-mode (2D) image capture and analysis, Cineloop image review, capture and display, Advanced measurements & annotations, Integrated physiological trace. c. System Specifications: Monitor: 22" color display with articulating arm, Network: 100Mb Ethernet connection, Storage: 250GB HD, CD/DVD-Reader/Writer. 2. Product # SA11233, Mains AC power cord - North America, quantity one (1) each. 3. Product #Vs-11959, Ms-400:38 MHz MicroScan transducer Broadband Frequency: 18 MHz - 38MHz Applications: Optimized for Mouse cardiovascular Imaging with frame rates greater than 300fps. 4. Product #VS119-948, M-Mode - Motion mode, single line acquisition allowing high-temporal resolution for LV functional analysis, quantity one (1) each. 5. Product #VS-11049, PW Doppler Mode - Pulsed-wave Doppler acquisition for blood flow velocity and waveform measurements using advanced digital Signal Processing techniques, quantity one (1). 6. Product #VS-11951, Color Doppler Mode - 2D and color acquisition for blood flow velocity analysis using advanced digital Signal Processing techniques, quantity one (1). Required with PW Doppler Mode (VS-11949). 7. Product #VS-11955, LV Analysis for improved and repeatable LV function analysis. Integrated Blood Pressure analysis tools, quantity one (1) each. 8. Product #VS-11846, VeVoStrain Analysis suite provides tools for myocardial strain, strain rate, and time-to-peak analysis. This feature shall also include dynamic assessment of myocardial velocity and displacement, quantity one (1) each. 9. Product #Vs-11953, Contrast Imaging Functionality - Acquisition and analysis tools using MicroMarker Contrast Imaging; Perfusion Analysis using destruction/reperfusion quantification. Biomarker quantification tools when using MicroMarker Target-Ready Contrast Agents, quantity one (1) each. 10. Product #VS-11676, Vevo Micromarker DEPO Contrast Agent Kit, quantity four (4)each, Cardiac Applications using DEPO The kit includes sufficient contrast agent (2vials), reconstitution agent, syringes and needles (for preparation and introduction of the agent) for 10 injections for a Mouse, Includes optimized protocols and training CD. For exclusive use on the Vevo Imaging System. Requires Contrast Imaging Functionality for use of acquisition and analysis tools. The kit reagents are stable at room temperature for one (1) year. 11. Product #VS-11912, MicroMarker Tail Vein Catheters, quantity one (1) each. 20 x tall vein catheters (27G½” butterfly needle with 12cm PE20 tubing attached). 12. Product #VS-2D-MMTRAIN, 2-Day On-Site MicroMarker Training including an over view of the handling, preparation an application of MicroMarker Contrast Agents and Contrast Imaging Functionality, quantity one (1) each. Includes two (2) consecutive days of in vivo user training. Includes two (2) MicroMarker Contrast Agent Kits (to be shipped separately at time of training). To include travel and associated expenses. 13. Product #SA-11982, Vevo 2100 Imaging Station 1 includes: Bench-mounted adjustable rail system custom designed for small animal handling, positioning and imaging optimization. Fully adjustable MicroScan transducer (Mst) stand and mount. MicroScan transducer (Mst) adaptor. Adjustable X,Y, and Z positioning system for Vevo Ball Joint. Universal Power Supply Kit (UPS 120V: SA-11208, Short Imaging Ball Joint unit (SA-11179) for easy movement and manipulation of the animal and mounting of the small animal table. Mouse Handling Table (SA-136) or Rat Handling Table (SA-11550) Advanced Physiological Monitoring Unit (SA-11426) to monitor animal temperature, ECG, heart rate and blood pressure (must be external pressure input), quantity one (1) each. 14. Product #SA-11208, Universal Power Supply Kit (120V), quantity one (1) each including; 120V Isolated transformer, 3 - hospital grade female receptacles,3 - power cord. 15. Product #SA-11436, Mouse Handling Table for placement, warming animal and physiological and manipulation, quantity one (1) each. Includes Quick-Connect to mount to ball joint. For use with the Advanced Physiological Monitoring Unit (SA-11426). 16. Product #SA-10907, Vevo 2100 Imaging Starter Kit including Key consumables that are required for an imaging session, quantity one (1) each. Contents of the kit include: High viscosity Aquasonic gel, Aquagel Lubricant, Low viscosity Ecogel, Sigma Gel, Corneal Lubricant Gauze, Plastic Bottle (2),Cotton tips, Tape, Hair Remover, NDC 2102 antiviral spray (for transducer). 17. Product #SA-10749, Themasonic Gel Warmer (110V), quantity one (1) each, features: Warms 3-bottles of ultrasound gel to body temperature and maintains constant temperature. Low electrical demand, Durable wall mountable construction. 18. Product #SA-12055, Vevo Compact Dual Anesthesia System (Tabletop Version), quantity one (1) each, including: Self -contained isoflurane -based anesthesia unit for use on lab tables, Compact 8" x 11" footprint, 2-Uter small animal induction chamber (3.75' x 9.0 x 3.75), Isoflurane vaporizer, Anesthesia scavenger filter, Oxygen Regulator: H-type (SA-10414) or E-type (SA-10415). Medical Air Regulator: H-type (SA-11830) or E-type(SA-11831). Medical air flow meter, and Oxygen flow meter. 19. Product #SA-10414, “M” Type Regulator for use with Vevo Compact Anesthesia Systems, used with H-Cylinder - Height: 54", Diameter 8.5", Volume-Liters: 7107, Initial Pressure: 2200 PSI, Approximate hours used 1 LPM: 118, this is required to be used with large (54" tall) oxygen tanks. 20. Product #SA-11830, “M” Type Medical Air Regulator for use with Vevo Compact Anesthesia Systems. Used with H-Cylinder- Height 54", Diameter; 8.5, quantity one (1) each. Volume-Liters: 7107, Initial Pressure: 2200 PSI, Approximate Hours used is 1 LPM: 118, this is required to be used with large (54' tall) medical air tanks. 21. Product #VS-INTUSRATAIN, Introductory 2 day On-Site User Training including an overview of the system’s functionality, care & maintenance and hands-on imaging techniques, quantity two (2) each. Includes two (2) consecutive days of in vivo user training, Travel and associated expenses are included. 22. Product #VS-INSTALL-US, System Installation (United States) including on-site setup and installation of the Vevo system and all purchased accessories, as well as travel and accommodation expenses are included, quantity one (1) each. The system is required to provide echocardiography capability to the Animal Phenotype Core, a new core that has just been established within NHLBI. The equipment will be used to benefit numerous researchers and will be an integral part of this new program. The Government’s anticipated delivery date is sixty days after receipt of purchase order. The Government’s delivery point is the National Institutes of Health, Institute, Laboratory of Animal Medicine and Surgery, Bethesda, Maryland. The Market research conducted by the Government has determined similar system to the Vevo 2100 Imaging System is manufactured in sufficient quantities by at least three (3) manufacturers which confirm the commercial market. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose product meets the Government’s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government’s evaluation of the product proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. NOTE: The Offeror must be registered in the Government’s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - applies to this acquisition. The FAR Clause 52.227-1, Authorization and consent; FAR Clause 52.227-3, Patent Indemnity; FAR Clause 52.227-11, Patent Rights-Retention by the Contractor(short for), FAR Clause 52.227-14, Rights in Data/General, FAR Clause 52.227-16, Additional Data Requirements, FAR Clause 52.225-1, Buy American Act/Supplies The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Offers are due on February 13, 2009, 7:30 a.m. EST at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room Number 6151, Bethesda, Maryland 20892-7902. The electronic transmission must reference the solicitation number: NHLBI-PB(HL)-2009-057- DDC. Attention Deborah Coulter, Contract Specialist, (301) 435- 0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or by FAX to (301) 480-3345. All responsible sources may submit a quotation/proposal, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=086398fb3482ba74bf26d5a0e25deacf&tab=core&_cview=1)
 
Place of Performance
Address: Building 14 E NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01744441-W 20090206/090204222331-086398fb3482ba74bf26d5a0e25deacf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.