SOURCES SOUGHT
66 -- MEDICAL ULTRASOUND SYSTEM
- Notice Date
- 2/28/2012
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12ZDP017L
- Response Due
- 3/26/2012
- Archive Date
- 2/28/2013
- Point of Contact
- Deborah L. Giavasis, Contracting Officer, Phone 216-433-5420, Fax 216-433-2480, Email Deborah.L.Giavasis@nasa.gov
- E-Mail Address
-
Deborah L. Giavasis
(Deborah.L.Giavasis@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: NNC12ZDP017LNASA/GRC is hereby soliciting information about potential sources for a MedicalUltrasound System.The National Aeronautics and Space Administration (NASA) Glenn Research Center is seekingcapability statements from all interested parties, including Small, Small Disadvantaged(SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned(SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, andHistorically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for thepurposes of determining the appropriate level of competition and/or small businesssubcontracting goals for the following Medical Ultrasound System: See attached Requirements Document entitled Preliminary Statement of Work andRequirements for the Flexible Ultrasound System (FUS) Ground Demo Unit (GDU) -Exploration Medical Capability Imaging Integration Project dated February 2012.Estimated award date for this contract is Fall of 2012. Estimated award amount is$500,000 - $2,000,000. The development cycle planned is 2 years.A solicitation does not yet exist; therefore, do not request a copy of the solicitation.Any solicitation released will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement. Include in your response theinformation below: Name and address of firm, size of business; average annual revenue forpast 3 years and number of employees; current provisionally approved, (or commerciallyaudited) overhead rates (LBOH, OH, G&A); ownership; whether they are large, small, smalldisadvantaged,8(a), HUBZone, and/or woman-owned; number of years in business; affiliateinformation: parent company, prime contractor (if potential sub) or subcontractors (ifpotential prime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number,) and overall capabilities. In addition, pleasereview the above requirement and suggest (with backup rationale) a contract type and feearrangement (FFP, CPIF, CPFF etc.) If a cost-type contract is suggested please alsosuggest a fee amount and/or incentive categories (with backup rationale.) Contract Technical questions should be directed to: Bill Thompson (216) 433-2638, Email: William.K.Thompson@nasa.gov. Procurement related questions should be directed to:Deborah.L.Giavasis (216)433-5420, Email: Deborah.L.Giavasis@nasa.gov.The government assumes that this procurement is a developmental effort, however, pleaseadvise if the requirement is considered to be a commercial or commercial-type product.Acommercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Deborah Giavasis, NASA Glenn Research Center, 21000Brookpark Road, Mail Stop 60-1, Cleveland, Ohio 44135 no later than 4:30p.m EST on March26, 2012. Please reference NNC12ZDP017L in any response. Any referenced notes may beviewed at the following URLs linked below. The Government reserves the right to considera Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZonebusiness set-aside based on responses hereto.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12ZDP017L/listing.html)
- Record
- SN02684758-W 20120301/120228235018-7769feb2870507941d4683b2d416842e (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 |