Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOURCES SOUGHT

66 -- MRI Multi Parameter Vital Signs Monitor

Notice Date
7/18/2018
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-NINDS-SS-18-009435
 
Archive Date
8/12/2018
 
Point of Contact
Andrea TE King, Phone: 3018275245
 
E-Mail Address
andrea.king@nih.gov
(andrea.king@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-NINDS-SS-18-009435 2. Title: MRI Multi-Parameter Vital Signs Monitor 3. Classification Code: 66 - Instruments & Laboratory Equipment 4. NAICS Code: 339112 5. 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 NIH Mouse Imaging Facility (MIF) is a shared, intramural resource for preclinical animal imaging studies. The MIF provides the NIH intramural research community access to modern radiological imaging equipment optimized for rodents and other laboratory animals for noninvasive imaging studies. The MIF provides intellectual, technical and material support for NIH investigators, and resources include: magnetic resonance imaging (MRI), micro-computed tomography (Micro-CT), high frequency ultrasound with photoacoustic imaging, bioluminescence and fluorescence imaging. The MIF is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. Animals must be completely still during imaging to obtain diagnostic image data. Animals are anesthetized in order to restrain and immobilize them for optimal imaging. While the animal is imaged in the scanner anesthetized and inaccessible, it is imperative to monitor vital physiological parameters in order to assess the level of anesthesia and how the animal is doing while under anesthesia. Necessary parameters include: heart rate (HR), ECG, pulse oximetry (SpO2), blood pressure (BP) and end-tidal carbon dioxide (ETCO2). Accurate physiological monitoring equipment is necessary for animal welfare, as well as to meet the requirements of Federal guidelines, the Animal Welfare Act (AWA) and the Public Health Service Research Extension Act and the Guide for the Care and Use of Laboratory Animals (The Guide). Purpose and Objectives: The objective of this acquisition is to obtain a physiological monitoring device that is: MRI compatible in the high-field preclinical imaging environment, accurate and reliable with NHP sized animals, and portable. Project requirements: Summarize the potential requirement or proposed acquisition, including its scope, focus, technical/performance requirements or specifications, and any deliverables, reports, and/or data that may be required under any resultant contract. Highlight any areas of particular importance. The MRI multi-parameter vital signs monitor must: - operate safely within a 30,000 gauss magnetic field - be portable for use on multiple magnets - have wireless monitoring capability from animal to monitor - allow remote monitoring with non-magnetic wireless remote tablet - non-magnetic blood pressure monitoring - have multiple parameters that include heart rate (HR), ECG, pulse oximetry (SpO2), pulse rate (PR), respiratory rate (RR), capnography (ETCO2), temperature and anesthetic gas monitoring. The government's minimum acceptable standards include portability and operation within a 30,000 gauss magnetic field. The physiological monitoring device must be MRI compatible in the high-field preclinical imaging environment, accurate and reliable with NHP sized animals, and portable. Contractor shall provide installation and system training at the Government facility within 45 days. Anticipated period of performance: Delivery 45 days after receipt of the order. Warranty shall be for 12 months. Other important considerations: N/A Capability statement /information sought: 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 must be in and 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 responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Andrea King - Contract Specialist at e-mail address andrea.king@nih.gov. The response must be received on or before 28 July 2018 12 AM 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-01/HHS-NIH-NIDA-NINDS-SS-18-009435/listing.html)
 
Place of Performance
Address: Deliver to:, 9000 Rockville Pike, 10 Center Drive, Room B1D-200, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04997154-W 20180720/180718231054-f1ba9771b4734ad0db84a22f3428054a (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  © 1994-2020, Loren Data Corp.