Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

A -- Ballistometer

Notice Date
8/1/2024 9:29:22 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D301-2024-86322
 
Response Due
8/7/2024 3:00:00 PM
 
Archive Date
09/30/2024
 
Point of Contact
Christopher Ragucci, Phone: 4044986113, Patrick Winders, Phone: 7704882669
 
E-Mail Address
zdm3@cdc.gov, vxx6@cdc.gov
(zdm3@cdc.gov, vxx6@cdc.gov)
 
Description
This is a Request for Information. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is issued to help determine the availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. It is not expected that the Centers for Disease Control and Prevention (CDC) will solicit competition for this requirement; however, this equipment will be acquired and installed by a prime contractor. 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 as a result 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. Small businesses are encouraged to respond. 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 41715; R&D in Physical Science, Engineering, and Life. �The National Institute for Occupational safety and Health (NIOSH)/CDC has a requirement for a Ballistometer, designed to measure skin elasticity parameters. This Ballistometer needs to be capable of evaluating firmness of the skin by identification and resilience by the degree of rebound. Total measurements calculated include the peak penetration depth of the probe beneath the skin, the start heigh of the probe (K), the rate of energy damping (alpha), coefficient of restitution (CoR and area). With this type of Ballistometer, it will allow quick calculation of these parameters, eliminating the need to calculate by hand, and will be valuable evaluating dermal elasticity and firmness loss in the skin after exposure to harsh chemical mixtures such as oil and gas drilling fluids. Anticipated delivery: Within the next 3 months Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought: Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. When submitting this information, please reference the solicitation notice number. One (1) copy of the response is required and must be 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, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Christopher Ragucci, Contract Specialist, at e-mail address zdm3@cdc.gov. Responses are required by August 5, 2024. 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. 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://sam.gov/opp/8ab6e421b19b4524a6000cd7163b7c8d/view)
 
Place of Performance
Address: Cincinnati, OH 45226, USA
Zip Code: 45226
Country: USA
 
Record
SN07153797-F 20240803/240801230157 (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.