Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOURCES SOUGHT

66 -- Nikon Kohden EEG and Neural Function Monitoring System

Notice Date
8/28/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-471
 
Archive Date
12/31/2014
 
Point of Contact
Andriani Buck, Phone: 3014021677, ,
 
E-Mail Address
andriani.buck@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(andriani.buck@nih.gov, NIDASSSAPurchaseRequ@mail.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 disadvantaged 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 should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. Purpose and Objectives: The purpose of this requirement is to upgrade the NINDS EEG/MEE 1100 system. The EEG/Sleep Section has a neurodiagnostic network composed of Nihon Kohden electroencephalogram, long term monitoring, evoked potential, and intraoperative monitoring units. These units have many peripheral components, in this case including 32 and 64 channel input boxes, 5 stimulation outputs, a 32 channel PSG/EEG amplifier with DC channel inputs, specialized high intensity output adaptor cables designed to be compatible with the Nihon Kohden stimulator. NINDS will use the existing video cameras, microphones, photic stimulation devices, other input boxes and reading and acquisition software. The machine to be upgraded plays a critical role within NINDS clinical neurodiagnostic network, in providing redundancy for a number of functions. It will be used primarily for recording routine EEGs, but will also be used for recording evoked potentials and for intraoperative monitoring. The peripheral equipment used for this machine must be compatible with the other machines that perform the same function in order to provide redundancy. This machine must be interchangeable with the other units currently possessed by the lab, all of which are compatible with Nihon Kohden. Project requirements: Contractor shall provide Nihon Kohden equipment and accessories as shown below: 1. EEG System consisting of: (All quantities are 1 each unless otherwise stated) a. Model NK-EXP19420PT Two port NIC card, for use in SFF and Tower PCs b. Model NK-Panel-AV Panel for Portable System Connect/Disconnect c. Model NK-ABCE420 Hospital Grade UPS 420VA 2. MEE 1000DT Neural Function Monitoring System consisting of: (All quantities are 1 each unless otherwise stated) a. Model JB-132B 32 Channel Input Box b. Model JB-102B Mini Input Box 24 Inputs plus Ground (3 each) c. Model JS-101B 5 Stimulation outputs (up to two without extension unit) (2 each) d. Model BM-121B High intensity output adaptor cable for MS-120BK e. Model DR-531B-14 Headphones f. Model VD-403B 17" LCD VEP Monitor g. Model JE-921A 32 channel PSG/EEG amplifier w/4 DC channel inputs. Internal SPO2 and EtCO2 capabilities h. Model JE-922A Mini input box for JE-912A amplifier i. Model 686981A JE-922A patient cable, 10m replacement cable j. Model NK-MPEG4-SW Digital Video Software - MPEG4, includes USB Dongle. For use with Nihon Kohden approved SD and HD Network and analog cameras. The Q1-120A video capture device must be added when used with NK approved analog cameras. k. Model NK-EEG-Addon EEG Acquisition software option, includes EEG Acquisition software, file utility, and review software for acquisition system. l. Model MEE-1000A-DT-P Includes testing types: IOM, SEP, ABR, VEP, EEG, and EMG. NeuroWorkbench Database Software, Remote Monitoring and Review Software, Main unit and Power Unit, Dell PC (SFF) - Intel Core i5 processor - 3.2GHz, 4 GB Ram 500 GB Hard Drive, 100base T NIC, Microsoft Windows 7 OS, 19" Dell Wide Screen Monitor, Keyboard and Mouse, Unlimited Remote Monitoring Technical Support 24/7 and PowerVar 3.0 Amp. m. Model 9000 Cart (desktop PC and Combo MEB and EEG) n. Model NK-Clinical-3 On site clinical in-service EEG (Combo System) Anticipated period of performance: Contractor shall deliver and install all equipment within 60 days after receipt of order. Capability statement /information sought. Interested organizations must provide clear and convincing documentation of their capability of providing the item(s) specified in this notice. Interested organizations that believe they possess the ability to provide the required items must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The Government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Andriani Buck, Contract Specialist, at NIDASSSAPurchaseRequ@nih.gov, in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Facsimile responses are NOT accepted. The response must be received on or before September 5, 2014, 12:00 Noon, eastern time. "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 presolicitation 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/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-471/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03487739-W 20140830/140829023351-555afe3f8954b34b26bafcc6a80c7c6b (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.