Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOURCES SOUGHT

66 -- C-Arm Fluorographic Imager

Notice Date
5/6/2020 2:58:59 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SB-SS-20-006717
 
Response Due
5/13/2020 9:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Description
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 because 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 / Purpose / Objective:� The National Institute on Aging (NIA) requires a fluoroscopic C-Arm to use in its Intramural research initiatives. A fluoroscopic C-arm is a medical imaging system that is used to perform real time X-ray imaging in order to facilitate invasive procedures in large animals and patients, particularly for placing catheters and needles in veins, arteries, and major organs.� The Non-Human Primate (NHP) core has no live fluoroscopy imaging capability which restricts the type and scope of invasive experimental studies that can be performed, not just in the cardiovascular field, but also in other research areas.� For instance, animal protocol # 434-OSD-2021 Amend #17 includes placement of pulmonary artery (aka �Swan-Ganz�) catheters in primates to assess right and left heart filling pressures and cardiac output, as well as endomyocardial biopsies of the right heart.� Both of these invasive procedures are typically performed in patients using real-time fluoroscopic imaging to help guide the catheter and bioptome to the desired location.� The ability to perform such invasive cardiac procedures with fluoroscopic imaging will greatly increase the speed and safety with which such procedures can be performed at the NHP Core.�� The C-arm could also be used to facilitate other invasive procedures, including organ biopsies, central venous line placements, and orthopedic procedures and/or monitoring.� Therefore, the C-arm for fluoroscopy that we are proposing to purchase could benefit a number of investigators that perform large animal studies at the NHP Core. The NHP Core lab� is for the benefit of many investigators. In the last two years, approximately 10 NIA labs, 4 labs from other ICs, and more than 15 extramural investigators have utilized the resources and data from the NHPs. The NHP Core Lab first priority is ensuring animal health, and in so doing, it is possible to provide the best research data. With an on-site fluoroscopic C-arm, the NHP Core Lab will be able to perform invasive procedures faster and safer which will improve the collection of research data and help ensure the long-term survival of the animals. The intent of this action is to purchase a C-Arm Fluorographic Imager, manufactured by GE Health-OEC, 384 Wright Brother Drive, Salt Lake City, Utah 84116, includes: (1) Part Number: L5000BZ. Product Description: Goldseal OEC 9900 Elite� Digital Mobile Standard C-arm VAS15 (Vascular 15 Platform with 15 fps digital disk and 9�I.I. Quantity: 1 Each. � The salient characteristics of the C-Arm Fluorographic Imager are: (1) continuous fluoroscopy as the primary mode rather than pulsed to achieve a more complete image; (2) uses a Linux computer operating system which avoids the task of constantly updating Windows and �combined with GE�s reputation for service and support among local medical researchers delivers needed stability at our CORE primate center; (3) X-ray tube and generator housed separately simplifying maintenance and reducing cost of repairs; and (4) above average reliability would be considered a minimum acceptable standard since the location at an off-site core facility. Anticipated period of performance / delivery date:� The Government�s anticipated delivery period is thirty (30) to sixty (60) calendar days after receipt of order. ��� Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought.� The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name product specified in this notice.� The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition.� The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein.� The response must also indicate the country of manufacturer. The response must also include 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be clear and concise 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, with single or double spacing, and limited to ten (10) pages (exclusive of the cover page, executive summary, or references, if requested). All responses to this notice must be submitted electronically to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov on or before May 13, 12:00 PM.� Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/5636b95f175c4114be30fd748d6aed5e/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05649269-F 20200508/200506230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.