Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOURCES SOUGHT

66 -- Moisture Removal Device (electronic chiller system)

Notice Date
8/15/2024 12:40:06 PM
 
Notice Type
Sources Sought
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
SS-CDC-75D301-2024-10
 
Response Due
8/21/2024 12:30:00 PM
 
Archive Date
09/05/2024
 
Point of Contact
Serina Allingham, Phone: 17704484602
 
E-Mail Address
xog9@cdc.gov
(xog9@cdc.gov)
 
Description
The Centers for Disease Control and Prevention (CDC) Office of Acquisitions Services is issuing this Sources Sought Notice on behalf of the National Institute of Occupational Safety and Health (NIOSH) Health Effects Laboratory Division (HELD) ACQUISITION BACKGROUND AND REQUIREMENT: NIOSH HELD has a requirement to obtain a device that can remove moisture from NIOSH�s Automated Breathing and Metabolic Simulators (ABMS). An ABMS simulates human breathing and metabolism through a mechanical means of respiration. NIOSH uses ABMSs to perform correlation testing, approval testing, and post-market surveillance testing of self-contained self-rescuers and closed-circuit escape respirators. As part of NIOSH�s test studies at the ABMS, it is necessary to remove moisture from the ABMS breathing circuit�s trachea to prevent damage to the measuring cells of the oxygen and carbon dioxide gas analyzers so that the correct concentrations of O2 and CO2 in the breathing gas can be measured. The required moisture removal device must meet the minimum following salient characteristics: The device must be able to remove moisture from the ABMS breathing circuit�s simulated trachea to enable the analysis of oxygen and carbon dioxide concentrations in the breathing gas using specialized oxygen and carbon dioxide gas analyzers. Capable of reducing the dew point of a gas sample flowing at ?1 Lpm and slightly sub-ambient pressure to <3.4�C before it enters the gas analyzer cells for analysis (the gas sample will be fully saturated with moisture at 37�C before lowering of the dewpoint to the required level is performed). The device must be able to provide a moisture removal magnitude that is sufficient to prevent damage to the gas analyzer�s measuring cells. The device must also be able to provide an environment where the gas sample system pressure shall be maintained at slightly less than ambient (as induced by the vacuum pump drawing the sample gas through the gas analyzer circuit at ?1 Lpm). The device must have 1/8-inch OD X 1/16-inch ID sample gas tubing inlet and outlet connections on its exterior front face to connect to the ABMS breathing gas circuit. All flow paths internally through the device must be 1/16-inch ID. NOT even the slightest discontinuities in the flow path diameter shall exist ANYWHERE within the device except the water separation chamber. The device must have a deadspace between its inlet and outlet connections of <1600 milliliters. APPLICABLE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): 423990, Other Miscellaneous Durable Goods Merchant Wholesalers SUBMISSION DETAILS: The Government requests that interested parties who can provide a device that can remove moisture from an Automated Breathing and Metabolic Simulator that meets the salient characteristics described above submit a capability statement and the following information: Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). Company Point of Contact Name, Department, phone number, and email address. Address whether your company is a small business under the applicable NAICS code, including small business type(s)/certification(s) applicable to the NAICS code of this announcement.� Please identify your product offering that is capable of meeting the Government�s required salient characteristics. Please identify whether your product offering is a domestic end product as defined in Federal Acquisition Regulation subpart 25.003.� Your response to this Sources Sought Notice shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to the Contracting Officer, Serina Allingham, at xog9@cdc.gov no later than 3:30 p.m. Eastern Standard Time on Wednesday, August 21, 2024. Reference this Sources Sought Notice in the e-mail subject line and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL OR PERSONALLY IDENTIFIABLE INFORMATION. All data received in response to this notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Since this is a sources sought announcement, no feedback or evaluations will be provided to the respondents. Providing a response to this notice neither qualifies respondents for, nor excludes respondents from, responding to any resulting Request for Proposal (RFP), if any. DISCLAIMER: The intent of this notice is to conduct market research to identify potential sources capable of providing the supplies identified in this announcement for informational and planning purposes only. This is not an RFP It does not constitute a solicitation and shall not be construed as a commitment by the U.S. Government (USG) to issue an RFP in the future. Responses in any form are not offers and the USG is under no obligation to award a contract as a result of this announcement. The USG will not pay for or reimburse vendors for any information received or costs incurred in preparing a response to this market survey. Therefore, any costs associated with a submission are solely at the interested vendor�s expense. The USG is not liable for costs associated with this announcement. Any information or response prepared and submitted by a respondent to this sources sought/RFI is strictly VOLUNTARY. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c74c0f75f9af451bbac98e0541bee2fb/view)
 
Place of Performance
Address: Pittsburgh, PA 15236, USA
Zip Code: 15236
Country: USA
 
Record
SN07173092-F 20240817/240815230128 (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.