Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
SOURCES SOUGHT

66 -- MR Compatible Blood Sampling System

Notice Date
7/15/2020 1:04:02 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
NIMH2004375
 
Response Due
7/27/2020 9:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Valerie Whipple, Phone: 3018275218, Valerie Whipple, Phone: 3018275218
 
E-Mail Address
Valerie.whipple@nih.gov, Valerie.whipple@nih.gov
(Valerie.whipple@nih.gov, Valerie.whipple@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MR Compatible Blood Sampling System Notice ID: NIMH2004375 Type: Small Business Sources Sought Office: NATIONAL INSTITUTES OF HEALTH, Office of Acquisitions, NIDA Published Date: July 15, 2020 Response Date: July 27, 2020 Reference Number: NIMH20004375 NAICS Code: 334516�Analytical Laboratory Instrument Manufacturing Title: MR Compatible Blood Sampling System 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. The ability to provide absolute quantitation is the main strength of positron emission tomography.� This is accomplished by concurrent arterial blood sampling during scanning.� Compared to manual sampling where discrete samples are collected by a nurse and subsequently analyzed by a technician, continuous blood drawing by a computer controlled pump and counted real time by an on site radiodetector allows a much more accurate measurement of change of radioactivity concentration in the blood. The Molucular Imaging Branch currently employs an automatic blood sampler for all human PET studies.� The device is > 20 years old and the manufacturer has discontinued their support of the device and its supplies. To maintain the quality of future PET research with the potential of expanding into PET/MR imaging, a new blood sampling system is required. Specifically, the Government has a requirement for an MR-compatible blood sampling system brand name or equal to the Swisstrace Twilite Three.� The salient physical, functional, or performance characteristics that �equal� products must meet are that it must be computer control automatic blood sampler that not only works with positron emission tomography but is also MR compatible � suitable to work in the MRI environment. 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. � For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Nonmanufacturer Rule). � 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 e?mail addresses. All responses to this notice must be submitted electronically to Valerie Whipple at Valerie.whipple@nih.gov on or before July 27, 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 Beta sam.gov. 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/73c04611029b4e93910fad0a8927dd4a/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05722664-F 20200717/200715230153 (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.