Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOURCES SOUGHT

A -- RFI: COMPACT TECHNOLOGY TO DETECT HEALTH-RELATED BIOMARKERS OR ANALYTES INSPACE

Notice Date
3/6/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA12030612L
 
Response Due
3/21/2012
 
Archive Date
3/6/2013
 
Point of Contact
Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov - Robin L Wong, Contracting Officer, Phone 650-604-4636, Fax 650-604-3020, Email robin.l.wong@nasa.gov
 
E-Mail Address
Marianne Shelley
(marianne.shelley@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center is exploring the state-of-the-art in technologies todetect health-related biomarkers/analytes in space. For this Request for Information(RFI), NASA is seeking detailed information regarding compact technologies currentlyavailable that can analyze health-related biomarkers/analytes in breath, saliva, dermalemanations, blood, and urine using a single compact device. The specificbiomarkers/analytes to be detected are currently under evaluation by NASA, but include abroad range of molecules and cells associated with health status, impact of the spaceenvironment on individual astronauts, and prediction of future health events. Analysesand analytes of interest include cell profiles, proteins and peptides, and small organicmolecules.The objectives of the current RFI are as follows:A. Gather information from industry on currently available technologies that can be usedto detect health-related analytes in the sample types listed above using a single compactintegrated device.B. Gather information from industry on the specifications and capabilities of suchtechnologies. C. Obtain information to help guide future technology development needs and investmentsfor the Agency.If a single compact technology is currently available that can detect health-relatedbiomarkers/analytes in breath plus any one of the following additional sample types(saliva, dermal emanations, blood, or urine), answers to the following specific questionsare of interest to the government:1. Which sample types currently are analyzable using the instrument?2. Which analytes are currently analyzable using this instrument?3. What is the minimum detection limit for each analyte?4. What is the weight of the device?5. What are the dimensions of the device?6. What are the power requirements of the device?Note: NASA is seeking responses regarding fully functioning devices (full integratedsystems) that are currently available, developed to at least the advanced prototypestage.NASA is not seeking information about conceptual designs or individual componenttechnologies that have not yet been integrated into a single device.RESPONSES:This section contains all of the information required to submit a response. Noadditional forms or other materials are required. NASA solicits and appreciatesresponses from all capable and qualified sources. Submittals should meet the followingformat:Section 1 A non-proprietary cover page that identifies:a. RFI Title: Compact Technology to Detect Health-Related Biomarkers or Analytes inSpace, RFI # NNA12030612L.b. Name of your organization.c. Responders technical and administrative points of contact which includes names,titles, postal and email addresses, phone number, and website (if applicable).d. Description of your business/ organization/ educational institution: Include size ofbusiness based on NAICS code 541712 (R&D in the Physical, Engineering, and LifeSciences), whether your company is large, small, small disadvantaged, 8(a), HUBZone,veteran-owned and/or woman-owned; number of employees, number of years in business. Describe any collaboration or teaming arrangements with other organizations that might beused in order to provide the necessary expertise contained in this RFI.Section 2 Detailed and succinct answers to each of the six applicable questions listedabove, along with any additional information deemed to be relevant and useful, includingphotographs and/or drawings of the instrument, or other data as applicable.Section 3 A description of your organizations capabilities and past experienceapplicable to the RFI content.Responses are limited to a maximum of 3 pages for Sections 2 and 3 (Section 1 (coverpage) is not included in the page count) and should be emailed to the contractingofficers, Robin.L.Wong@nasa.gov, and Marianne.Shelley@nasa.gov with an email postingdate not later than March 21, 2012. ARC is seeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals. The Government reserves the right to consider a Small, 8(a),Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-asidebased on responses hereto.No solicitation exists. Therefore, do not request a copy of the solicitation.If asolicitation is released it 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.This synopsis is for information and planning purposes, subject to FAR provision52.215-3, entitled Request for Information or Solicitation for Planning Purposes and isnot to be construed as a commitment by the Government nor will the Government pay forinformation solicited.Respondents will not be notified of the results of the evaluation. Although allinformation received will be carefully reviewed and considered for inclusion in a lateraction, the initiators of this request make no commitment to include any particularconcept or approach. NASA ARC is issuing this RFI to gain a better understanding ofindustry/ academic capabilities and to assess the current state of the technology. NASA intends to use the results of this market research to aid in the making of finalacquisition decisions.Any future procurement resulting from this RFI is contingent uponthe availability of appropriated funds.Following this initial feedback, NASA may conduct one-on-one meetings with organizationsthat have provided information in response to this request. These meetings will allowfor exchange of information and will provide an opportunity for the Government to obtaina better understanding of the state of the technology. All information received in response to this RFI that is marked Proprietary will behandled and protected accordingly. As applicable, NASA may provide Proprietaryinformation to its support service contractors who are under an obligation to keepthird-party Proprietary information in confidence. By submitting a response to this RFI,the responder is deemed to have consented to release of Proprietary information to suchNASA support service contractors.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA12030612L/listing.html)
 
Record
SN02689323-W 20120308/120307115239-75d29ccc39493a565b5fe8bfa6f6ad02 (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.