Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2015 FBO #5023
SOURCES SOUGHT

66 -- Multi-channdel Digital PSG Record and Review System

Notice Date
8/23/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-15-T-0389
 
Response Due
8/29/2015
 
Archive Date
10/22/2015
 
Point of Contact
JEFFREY FLOOK, 301-619-2618
 
E-Mail Address
US Army Medical Research Acquisition Activity
(jeffrey.l.flook.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). The U.S. Aeromedical Research Laboratory (USAARL) is seeking potential sources capable of providing firm-fixed-price supply of two (2) multi-channel digital record and review system as follows: The minimum characteristics include: 1.Software shall include archiving software. 2.Software shall include Windows 7 Professional and Microsoft Office. 3.Hardware shall include medical grade power supply. 4.Hardware shall include Integrated Pulse Oximeter and Pulse Oximeter Extension cable. 5.Hardware shall include 50 plus channel Amplifier System. 6.Hardware shall include high-performance PC-based acquisition system (network ready) with keyboard, mouse, and PC Ethernet Card. 7.Hardware shall include programmable keypad for notation entry and system operation with cabling kit. 8.Internal DVD+/-RW Archiver 9.Digital Video: digital video/audio acquisition software and PC-based video capture device. 10.Mobile Rack Cart with keyboard drawer for use with SFF PC, to include isolated power system configurable to 115/230V, 50/60Hz 11.Camera ceiling mounted with auto-switching Color/Black & White, with pan/tilt/zoom functions, software controlled. 12.Infrared illuminator with bracked to mount on to camera or wall 13.Two-Way Talk/Listen Intercom Kit 14.Installation and One Year Parts and Labor Warranty 15.Shipping & Handling to Fort Rucker, Alabama The Capability package shall include, at a minimum:1) Identification of the organization name, telephone number, and point of contact (also with title, phone, fax, and email); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Cage Code, DUNS# and Tax ID# (TIN#); 4) Company profile: number of employees, annual sales history, locations and if CCR registered.; 5) Identification of any GSA Schedules held by the organization; 6) Experience and familiarity with providing multi-channel digital record & review systems; 7) Whether the organization is an authorized reseller/distributor for a manufacturer; and 8) Contract references in the past five (5) years relevant to the acquisition to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort. This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this RFI. By submitting information in response to this RFI, respondents consent to the release and dissemination of submitted information to any Government or non-Government entity for information review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, respondents are hereby notified (a) about the potential that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. NO phone calls and/or request for a Solicitation will be accepted or acknowledged. Company Brochures are NOT desired. The North American Industries Classification System (NAICS) code for this acquisition is 334516. Technical questions regarding this RFI should be directed to Jeffrey Flook, jeffrey.l.flook.civ@mail.mil. The Government requests responses to this RFI submitted NO LATER THAN 29 August 2015 10 AM EST. All Interested parties must submit in writing (no more than 15 pages, single spaced) their capabilities information including experience and familiarity with providing multi-channel digital record and review systems. Marketing material is not a sufficient response to the RFI. The responses should be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007. Please submit your responses via email to: Jeffrey Flook, jeffrey.l.flook.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-T-0389/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03851482-W 20150825/150823233352-cf87b17c7d8d99ba7a1f98cf1e2f138e (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.