Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2010 FBO #2973
SOURCES SOUGHT

66 -- CryoPlatform 600 MHZ NMR Spectrometer

Notice Date
1/12/2010
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of MedicineTwo Democracy Plaza, Room 773BethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHDK2010235
 
Response Due
1/21/2010
 
Archive Date
2/20/2010
 
Point of Contact
GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov
 
E-Mail Address
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes, Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing Brand Name or Equal to Bruker Biospin CryoPlatform with the following specifications:QuantityItem NumberItem DescriptionBH041O&BH0411 Closed-loop CryoPlatform TM cooling system allows simpleoperation for cooling CryoProbe(s), with standard CryoCoupler for connecting to the CryoProbe family of ultra-high sensitivity probes including:Cryo-Cooling unit, 230V, single phase, 60Hz, average OS.kW (Please see CryoProbe Siting information for further details.) Cryo-Cooling unit, 230V, single phase, 60Hz, average OS.kW Indoor water cooled helium compressor, 3 x 200 V/60 Hz, average 7.S kW (cooling water that meets the quality and quantity requirements indicated in the Site Planning Guide must be provided by the customer). Indoor helium gas pressure line, 6 meter length Helium gas cylinder line, 10 meter length Annual maintenance visit at the end of the first year is included.The 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 January 21, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHDK2010235/listing.html)
 
Record
SN02040691-W 20100114/100112235151-9edc6ca67aa8ad09f9a8db69e2d075e1 (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.