Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOURCES SOUGHT

65 -- Conventional respiratory chambers

Notice Date
4/4/2006
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIH-NIDDK-06-807
 
Response Due
4/13/2006
 
Archive Date
4/28/2006
 
Description
The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing the following: Build and commission three respiratory chambers located in the Hatfield Clinical Research Center at NIH. These respiratory chambers are critical to the conduct of research in the area of obesity and are used to determine the metabolic rate of research subjects. In contrast to conventional respiratory chambers, requirements for the three NIH respiratory chambers include: 1) Size large enough to accommodate obese subjects up to 600 lbs; 2) Modifications to allow procurement of research samples during the 24 hour metabolic studies; 3) Integration of all components to assure high sensitivity and high-resolution data acquisition so that metabolic changes can be assessed rapidly; 4) Take no more than 18 months to set up, integrate and commission three chambers. The vendor will assure that the necessary materials and equipment including high-precision sensors, high-end gas ? sampling and conditioning devices and high-resolution data-acquisition hardware are used according to design. The vendor will set-up, mount, and integrate all chamber hardware components, sensors, plumbing, and accessories according to design. The vendor will integrate all sensors (pressure, temperature, humidity, activity and flow) to the data acquisition board and verify accuracy of the data. The vendor will perform zero and span calibration, and quantify noise level on oxygen and carbon dioxide analyzers. The vendor will design the gas sampling configuration and customize the analysis software to achieve proper noise suppression for rapid resolution of metabolic changes. The vendor will determine the accuracy of the chamber using a series of propane burns and varying noise suppression windows down to 15 minute while keeping error to 2% or less. Optimization of the noise suppression window and validation of the time resolution of the chamber must be performed by injecting mixed gas (20% CO2, 80%N2) for various intervals. Chamber measurements need to be conducted on human volunteers to measure resting energy expenditure and metabolic changes with exercise. The vendor will work with investigators at the NIH to conduct 24 hour chamber measurement in 10 human volunteers for reproducibility of 24 hour energy expenditure, 24 hour respiratory quotient, and short term energy expenditure and respiratory quotient. The vendor will provide NIH investigators with an operating manual, and on-site training for staff. The vendor must supply sufficient warranty for labor and technical support for a period of 6 months after completion to assure proper functioning of the chambers. Each chamber measures about 11? 7? x 12? 6-1/2? which is approximately a total of 438 square feet. These are freestanding chambers surrounded by a ?buffer zone? of approximately 1-2 feet. The rooms where the chambers are located are approximately 13? x 14? not including a separate area for the instrumentation that services the chambers. This request is for interested firms with the capability of providing the required equipment to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-29b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 339112 with a size standard of 500 employees. All respondents are requested to identify their firm?s size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government?s requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (5:00p.m local time at designated location) on April 13, 2006. Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
 
Record
SN01020604-W 20060406/060404220348 (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  © 1994-2020, Loren Data Corp.