Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
SOLICITATION NOTICE

66 -- Instrument and laboratory equipment

Notice Date
5/19/2009
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical 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)-2009-147-DDC
 
Archive Date
6/18/2009
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisitions OA, DERA has a requirement for the Cardio Thoracic Surgery (CTS) Branch for the purchase of a product #T27F-12 Implant: Cardiovascular Telemetry Implants for large animals (e.g. swine; baboon), Transduces and transmits LVP, ECG, and temperature. Features include: independent frequency, transmission range of 4 meters, and continuous battery life of 24 months, quantity four (4) each. The implants are to be used for transplantation of a pig in a baboon. This experiment will evaluate the effectiveness of a pig heart in replacing a disease human heart. Several immunological phenomenons will be studied and many combinations of immunosuppressive agents will be tried. This is a complex surgical procedure and requires continuous monitoring of baboons. Some of the common monitoring parameters include: heart rate, EKG, aortic pressure, respiration, temperature, etc. The telemetry system can effectively monitor all the above parameters and can be operated by a single person. Also, a telemetry system can be monitored remotely. This will allow the scientist to monitor the animals from the office. To include sterilization services; consist of low temperature and pressure gas ETO sterilization, 1-10 devices cleaned and mounted to a plastic grid, sealed into the sterilization bag and gassed. For a total of five (5) working days, and upon completion of this process Certifications will be provided for each lot. This requirement is under the North American Industry Classification System (NAICS) 339112, Size Standard is 500 employees. This requirement is a Small Business Set-Aside. The technical specification required for the Cardiovascular Telemetry Implant is: The implant must be compatible with an existing telemetry system. (PLEASE PROVIDE MODEL NUMBER AND S/N OF EXISTING SYSTEM) The implant must be a small implantable transmitter which when combined with sensors makes up one half of a 4 channel monitoring system for caged animal medical research applications. In operation, sensor signals are amplified and sampled in series to create a frame for transmission. The pulse signals sent to the transmitter which sends out a burst RF energy for each pulse. The modular must be designed with wire cables to connect the modules. The main module must have two (2) amplifier circuit boards and an encoder/transmitter board. The second module must contain the battery, so the power of the unit can be turn on and off by remote control while implanted. It is a custom made instrument for specific application. Market research conducted by the Government has determined that T27F -12 Implant Cardiovascular Telemetry Implant is available from one small business and the market research conducted has determined that there is no reasonable expectation of receiving offers from two (2) or more small businesses. The delivery and acceptance F.O. B. Point is Bethesda, Maryland. The Government’s estimated expected delivery date is 90 days or sooner after receipt of the purchase order. The reference number NHLBI-PB-(HL)-2009-147-DDC. Proposals are due June 3, 2009 by 7:30 a.m. local time. The award will be made based upon the technical specifications of the required products and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government’s requirements. The offerors must submit written descriptive literature of the product in their proposal, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offeror’s proposal’s must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government’s Contractor Registry System. Note: www.ccr.gov. The proposal must reference the Solicitation number@ NHLBI-PB-(HL)-2009-147-DDC. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Deborah Coulter. Response may be submitted electronically to coulterd@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2009-147-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01822995-W 20090521/090520002653-721f3c362104819b38033e0e356c5a1e (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.