Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOURCES SOUGHT

65 -- MRI Compatible Video Monitoring System

Notice Date
2/16/2012
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-HL-2012-055-DEL
 
Archive Date
3/8/2012
 
Point of Contact
Deirdre Lyons, Phone: 3014359068
 
E-Mail Address
deirdre.lyons@nih.gov
(deirdre.lyons@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: This Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The purpose of this SS is to identify qualified small business concerns, including Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are interested in and capable of providing an MRI compatible video monitoring system. The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought notice, the NHLBI may issue a Request for Quote (RFQ). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this Sources Sought notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The NHLBI is seeking capability statements from all eligible small business concerns, particularly Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB), and Service-Disabled Veteran-owned Small Businesses (SDVOSB) under The North American Industry Classification System (NAICS) code 334310 with a size standard of 750 employees. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought announcement must have the capabilities to provide the below product in May to June 2012. Background: NHLBI requires an MRI compatible video monitoring system which allows MRI technicians to monitor patients undergoing MRI procedures. Video monitoring will reduce radio frequency electromagnetic radiation that a window to the MRI room would cause. Since there are no windows between the control room and the scan room, the system will provide the only visual contact between the technician and the patient. A high quality system must be used because a low quality system could compromise patient safety. Purpose and Project Requirements: The purpose of this requirement is to procure an MRI compatible video monitoring system. This system must meet or exceed the following requirements: 1. Wide field and telephoto digital video cameras in the scan room: a. High sensitivity video systems with consistent low light monitoring. b. Wide field video system that shows entire scan room. c. Telephoto video system that focuses on patient within bore of the magnet. d. Camera from the rear of the scanner. 2. Remote monitoring of all video cameras: a. At least one large screen display, 40 inch diagonal or larger, installed above MRI technician scanner console, that can display all camera angles simultaneously. b. Second remote screen display installed in nurses' office on other side of scanner. c. Video camera output that can be displayed on more than one LCD monitor. 3. Radio Frequency Shielding: a. Adequate shielding to prevent radio frequency and other noise on the MRI scanner (1.5T or 3T). 4. Compatibility: a. Compatible with the Siemens Magnetom Skyra MRI system. 5. Training: a. The contractor shall provide training to MRI technicians on the proper use of the video monitoring system. 6. Warranty: a. The contractor shall provide at least a one (1) year warranty. 7. Authorized Reseller: a. The contractor shall provide a letter from the manufacturer stating that they are an authorized reseller of the equipment. Delivery and Installation: Delivery is required in May to June 2012. System installation is required and the selected contractor shall coordinate with the construction team that will be installing the MRI magnet. 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 pre-solicitation 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). Information Submission Instructions: Companies that can perform the requirements above are requested to: Submit a tailored capability statement for this requirement, not to exceed 10 double-sided pages (including all attachments, resumes, data, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the task (s) as described above. The capability statement shall include the following: Organization name, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), Point of Contact (POC) information (include title, address, phone number, and e-mail address), the NAICS code, and identify your size and type of business (i.e. Small Business; Small Disadvantaged Businesses (SDB); Woman-owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone); Veteran-Owned Small Businesses (VOSB); and Service-Disabled Veteran-owned Small Businesses (SDVOSB]; To demonstrate experience in providing the above supplies, information regarding three Federal Government contracts for the same or similar supplies (include a description of supplies provided; period of performance; and value of each contract); Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability statements sent in response to this Sources Sought notice must be submitted electronically (via e-mail) to Ms. Deirdre Lyons, Contract Specialist, at deirdre.lyons@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by February 22, 2011, 4:00 PM, EST. All responses must be received by the specified due date and time in order to be considered. Other important considerations: In order to receive an award from the NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov/login.aspx. Contracting Office Address: Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902 Bethesda, Maryland 20892-7902 Place of Performance: 6701 Rockledge Drive Bethesda, Maryland 20892 United States Primary Point of Contact: Deirdre Lyons deirdre.lyons@nih.gov Phone: (301) 496-9068 Fax: (301) 480-3430
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-HL-2012-055-DEL/listing.html)
 
Place of Performance
Address: National Institutes of Health/NHLBI, Bethesda, Maryland, United States
 
Record
SN02677572-W 20120218/120216235334-3e3bcb6055eddf96d58ce4eb30f1d7f1 (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.