Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2013 FBO #4264
SOURCES SOUGHT

66 -- GE Nitric Oxide Analyzer

Notice Date
7/26/2013
 
Notice Type
Sources Sought
 
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
HHSN-NIH-NHLB-CSB-(SBSS)-2013-216-DDC
 
Archive Date
8/23/2013
 
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
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources: (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantage businesses and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (334516, size standard 500 employees) should not submit a response to this notice. 2. Notice Information a. Background: The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. Nitric oxide measurements are required for (protocol 06-H-0072, Atorvastatin as a Disease Modifying Agent in Stage II and III Pulmonary Sarcoidosis: A Randomized Double-Blind Placebo-Controlled Trial) and protocols (99-H-0076, 09-H-0244, 13-H-0059, 11-I-0046, 09-I-0172, 07-I-0142); as well as for clinical purposes. The NHLBI Pulmonary Function (PFT) Laboratories must deliver accurate data and reliable service to patients of the NIH and the intramural community. b. Purpose and Objectives: A second Nitric Oxide Analyzer (NOA) is needed to improve work flow through the three PFT labs, and to provide backup for the currently held device which is more than 5 years old. The new device should have essentially the same operating characteristics as the instrument presently used in the NHLBI PFT labs; in this way the systems can be used interchangeably, and the results will be fully comparable. c. Contractor Requirements: The contractor should supply the instrument which should be able to: 1. A letter from the manufacturer stating the company is an authorized reseller of G.E 2. The contractor should supply a NOA which can reliably measure exhaled nitric oxide in at least 3 flow ranges, to distinguish alveolar from bronchial sources. The contract should supply the device within 8 weeks of order execution 3. Measure gas or liquid media, with a sensitivity of < 1 ppb, for nitric oxide 4. Interface with MS Windows XP and/or 7 operating systems, and export the data in a spreadsheet format (MS EXCEL). 5. Have a range for gas samples of < 1-500,000 ppb; and for liquid media, a nanomolar to millimolar range 6. Sample exhaled breath on-line (direct) or off-line (bag method), and it should be capable of nasal sampling as well 7. Packaging should protect the instrument so that it will be free of defects upon arrival 8. Peripherals (for exhaled gas collection) are also required, so that the instrument will be ready for use after the initial evaluation and calibration d. Government Responsibilities: Government will provide a laptop to interface with the instrument. e. Reporting Requirements and Deliverables:. The machine must provide all reports and deliverables as indicated in the contractor requirements (see above). f. Capability statement/Information sought: Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide services stated above. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above and include an outline of previous or similar projects so that the Government can perform a proper evaluation of the company's capability. Information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp i. Not to exceed 20 singled-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12 point font sized minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. j. Common cutoff date: 8/8/2013 9:00 p.m. eastern time l. Delivery point: Submitted (via email) to Deborah Coulter, Contract Specialist at coulterd@nhlbi.nih.gov in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. 3. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. 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 organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide 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 responses to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHSN-NIH-NHLB-CSB-(SBSS)-2013-216-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03129298-W 20130728/130726235502-1cc5ba73abc654d0400ae147565f6872 (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.