Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOURCES SOUGHT

65 -- Da Vinci robot parts

Notice Date
5/4/2015
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSNCCOPCSS15007653
 
Archive Date
5/26/2015
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The National Institutes of Health (NIH), Clinical Center (CC), Radiology and Imaging Sciences Interventional Oncology is seeking to identify any sources with capabilities or prior experience that can provide surgical instruments to be used with the government owned Da Vinci Robot System used to perform surgical resection of prostate tumors for Clinical Center patients. The following specifications for the required instruments are referenced below: DELIVERABLES: 1) Self-contained 8-axis motor control unit with firewire interface and integrated power supplies compatible with cabling interface provided by Intuitive Surgical Includes configuration, assembly, and testing. Each 8-axis unit is designed to control a single arm (master, slave, or camera). Each 8-axis unit contains two FPGA interface boards and two QLA 4-axis motor amplifier boards. • Three units will be configured for the daVinci PSM (Slave) • One units will be configured for the daVinci ECM (Camera) • Two units will be configured for the daVinci MTM (Master) Quantity required: 6 2) Stand-alone 4-axis firewire motor controllers. Each 4-axis controller includes one FPGA and one QLA board (coupled together). These are provided as fully assembled and tested boards sets. They do not include an enclosure, power supplies, or cabling. Includes programming, configuration, and testing. Quantity Required 2 3) Portable rack enclosure. Includes assembly of the control units into the racks and wiring of common signal, power, and emergency stop connections Region-specific power input, firewire, and e-stop cables will be included. Each rack contains two rack-mount motor control units, one rack will be configured for the two MTMs, one for two PSMs, and one for the ECM and one PSM. Includes testing of the fully configured system on dVRK platform. Quantity required: 3 2.2 Schedule: Expected that products will be delivered within a reasonable time frame from receipt of purchase order, 6-8 weeks 2.3 ASSUMPTIONS 1) All products delivered to the government will be quality tested upon delivery 2) devices are intended for non-human subjects The government anticipates the award of a Firm Fixed Price Contract. The applicable North American Industrial Classification (NAICS) code is 423450 (small business size standard is 100 employees). PLACE OF PERFORMANCE: NIH Clinical Center, Building 10 10 Center Drive Bethesda, MD 20892 Companies are encouraged to respond if they have the capability and capacity to provide the identified products and services. Interested small business potential Offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Pricing information is encouraged, but not required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for a NAICS: 423450 with size limitation standards of the employees and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement shall also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 4:00 p.m., Eastern Time, May 11, 2015. The capabilities response shall be e-mailed to: Gakinbinu@cc.nih.gov. All information received in response to this notice that is marked Proprietary will be handled accordingly. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. Responses to this Sources Sought Notice shall be submitted before the closing date and time to the attention of the Contract Specialist listed below. Primary Point of Contact.: Gail Akinbinu, Contracting Officer Gakinbinu@cc.nih.gov Phone: 301 496-0692 Contracting Office Address: 10 Center Drive Room 1C541 Bethesda, Maryland 20892
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCCOPCSS15007653/listing.html)
 
Place of Performance
Address: 9000 Rockville pike Bldg 10, bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03718774-W 20150506/150504234449-62c0be27992ac97aaa007e28f3b399c8 (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.