Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
MODIFICATION

66 -- Telementry Capablity for the FDA

Notice Date
8/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
107922
 
Archive Date
9/15/2010
 
Point of Contact
Mary Rose A. Nicol, Phone: 3018277183
 
E-Mail Address
MaryRose.Nicol@fda.hhs.gov
(MaryRose.Nicol@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FDA107922 - Amendment 0001 is hereby issued to change the response date from: August 23, 2010 at 2:00 PM to August 31, 2010 at 2:00 PM. All other information remains unchanged. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, identified as FDA107922, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This requirement is being solicited as a total 100% Small Business Set-Aside STATEMENT OF WORK The Division of Applied Pharmacology Research requires technology to remotely acquire physiologic and functional data from animal models in non-terminal procedures that preserve the individual animal's physiology and metabolism. This technology improves the ability of FDA employees to detect and quantify early toxic "in life" changes that are not presently detectable in clinical chemistry or tissue evaluations. Improved monitoring of changes in physiology enhance the ability of FDA employees to recognize biomarkers of toxicity prior to irreversible damage and potentially prior to detectable injury. The contractor will provide an integrated hardware and software package capable of monitoring up to 24 individual animals including: 1) hardware capable of detecting and receiving data from one or more remote signaling devices (transducers) then converting this data into and storing it as an electronic file 2) software to control hardware, signal integration, format conversion, and data storage 3) transducers implantable in mice and rats that produce detectible wireless signals for pressures, flow rates, electrical impulses, and action potentials; transducers should produce detectable signals within a minimum radius of 0.5 meters, and have sufficient battery-life or be rechargeable for studies lasting up to 3 months 4) a system allowing expansion and/or adaptation to ongoing hardware and software development 5) on-site training in the use of hardware and software 6) initial hardware and software maintenance 7) surgical training for two FDA investigators on techniques for implantation of transducers either on-site or at vendor facility. This is a Firm-Fixed Price Requirement Pricing Table: Basic Monitoring and Recording Equipment including initial consumables (for 24) $ ________________ Transducers (2 varieties times 24) $ Total Equiptment Cost $ ________________ Initial Training & Maintenance $ _________________ Total Cost FDA 1079222 $_________________ EVALUATION FACTORS FOR AWARD/TECHNICAL EVALUATION CRITERIA General Offerors are advised that an award under this Request for Quotation (RFQ) will be made to the Offeror whose quotation is determined by the Government to represent the best value to meet the Government's needs. The technical factors will receive paramount consideration in the selection of the Offeror for this acquisition. All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event that two or more Offerors are determined to be essentially technically equal following the evaluation of all factors other than cost or price. In any event, the Government reserves the right to make an award to the Offeror whose proposal provides the best value to the Government. The proposals will be evaluated on the following technical factors: 1) Minimum wireless signal output distance of at least 0.5 meters; longer distance would be considered an advantage 2) Range of frequency of wireless signal output signals; wider range of output frequencies would be considered an advantage 3) Capabilities of available transducers; transducers capable of transmitting multiple signals and/or a transducer product line capable of measure more parameters would be considered advantages 4) Battery-life of transducers; transducers with longer battery life or that are re-chargeable while in use would be considered an advantage 5) Ability to re-use or exchange transducers; inherent transducer capability or source service which would not require transducer replacement (additional purchase) after a single use would be considered an advantage 6) Availability of digital transducer output signal; digital signal output while not a requirement would be considered an advantage 7) Ability of receiver to sort multiple inputs; although not a requirement, the ability of a receiver to acquire signals from multiple transducers would be considered an advantage 8) User software; software that allows a wider range of activities and is more simple to use would be considered an advantage 9) Ability to train personnel in implantation of transducers (onsite or offsite) and the subsequent use of the monitoring equipment (onsite); more contact time for more people at lower cost would be considered an advantage 10) Annual operating costs; lower maintenance, upgrade, and replacement costs would be considered an advantage. INSTRUCTIONS TO OFFERORS 1. All submitted quotations shall not exceed 10 pages in their final submission. 2. All questions must be emailed no later than 5:00 PM Eastern Time August 23,2010 to maryrose.nicol@fda.hhs.gov No phone calls will be accepted or returned. 3. Quotations shall be submitted electronically to maryrose.nicol@fda.hhs.gov on or before August 23, 2010 at 2:00 PM Eastern Time. No late quotations will be accepted. The Offeror assumes full responsibility for ensuring that offers are received at the place as delineated herein. 4. Quotations must contain documentation that addresses all technical factors stated within the Statement of Work. 5. Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your DUN and Bradstreet number and banking information. 6. The anticipated award date is 08/31/2010. 7. The following FAR clauses apply to this combined synopsis/solicitation. 52.212-1 Instructions to Offers-Commercial Items, 52.212-3 Offer Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items,52.217-8 Option to Extend Services (Nov 1999) _________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/107922/listing.html)
 
Place of Performance
Address: Rockvill, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02254322-W 20100827/100825235309-f7c553247623ae9624206c193ad40fb3 (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.