Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2015 FBO #4990
SOURCES SOUGHT

66 -- Anechoic Chambers

Notice Date
7/21/2015
 
Notice Type
Sources Sought
 
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
FDA-SS-1151595
 
Archive Date
8/18/2015
 
Point of Contact
Heather Kinsey, Phone: 2404027591
 
E-Mail Address
heather.kinsey@fda.hhs.gov
(heather.kinsey@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Sources Sought - FDA-SS-1151595 Release Date: July 21, 2015 Response Date: August 3, 2015 at 12:00pm EST via email to Heather.Kinsey@fda.hhs.gov Contracting Office Address: Food and Drug Administration, 5630 Fisher Lane, Rockville, Maryland 20857; Attn: Heather Kinsey, Contract Specialist Description of Services/Supplies: Two (2) custom Anechoic Chambers CONTRACTING OFFICE U.S. Department of Health and Human Services (DHHS) Food and Drug Administration Agency (FDA) / Office of Acquisitions and Grants Services (OAGS) DESCRIPTION This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUB-Zone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The NAICS Code for this procurement is 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING. The Small Business Size Standard is 500 employees. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates FDA to award a contract. 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 because 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 Notice. Any response received will not be used as a proposal. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. ONLY SMALL BUSINESSES NEED TO RESPOND TO THIS SOURCES SOUGHT NOTICE. No official solicitation currently exists in connection to this Sources Sought Notice. If in the future an official solicitation is released, there is no guarantee that sources responding to this Sources Sought Notice will be included on the source list. 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) for the purchase of two (2) custom Anechoic Chambers. The Contractor's capability statement shall demonstrate the company's ability to meet the following requirement. Please provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver the following: SOW (Statement of Work) The requested two custom anechoic chambers are required to evaluate a wireless coexistence test setup that is used to test wireless medical devices for wireless coexistence. Technical Specifications: 1. Custom Portable test chamber 2. Portable RF Shielded Enclosure for RF measurement 3. Approximate outside nominal dimensions of 41" wide x 41" deep x 78" tall 4. >100 db Typical RF Isolation from 100MHz to 10GHz 5. RF Absorber Lined 6. Quick Release Hatch with 6"x6" nonconductive mounting plate for patch antenna and Type N connector 7. 18"x18" Polystyrene Table with non-conductive rigid surface (i.e. ABS) 8. 24"x24" open space above DUT table 9. 6"x6" hatch on side wall with centerline 3 inches above top surface of DUT table 10. Waveguide for wooden push rod (diameter of rod TBD) 11. Peep hole for monitoring LED indicators on DUT 12. Removable RF Absorber plug 13. Connector Panel • 1 SMA Connector • 3 Type N Connectors • 10 amp AC power filter (125VAC) 14. Dual Latching RF Gasket Door 10GHz 15. 12 inch pyramidal absorber on roof and floor of chamber 16. 8 inch wedge absorber full height 17. RF absorber permanently mounted in chamber Responses to this notice shall be limited to 5 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 NAICS 334516 (size standard of 500 employees) and status, if qualified as an 8(a) firm (must be certified by 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, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) to be considered as potential sources. 5. If applicable, 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. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. 7. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers 8. Past performance references with points of contact and telephone numbers. At least three references are 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, should 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. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request 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 request. The Government will 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 announcement. Responses to this notice must be received via email to Contract Specialist Heather Kinsey at Heather.Kinsey@fda.hhs.gov no later than 12:00 PM Eastern time on Monday August 3, 2015 for consideration. Responses to this announcement will not be returned, nor any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the FDA may contact one or more respondents for clarifications and to enhance the Governments understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-1151595/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN03804636-W 20150723/150721235333-06f92659c5ef3789ebbbbd44dc7a6586 (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.