Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

65 -- Vertical X-ray Frame System

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HL)-2009-280-DDC
 
Archive Date
9/15/2009
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) intends to negotiate and award a purchase order on a noncompetitive sole source basis to Exonic Systems, 149 Delta Drive, Pittsburg PA 15238. The reference number NHLBI-PB-(HL)-2009-280-DDC. The items to be purchase is: Part # EX09050Brev2, Frame System with Manual and Motorized tables, quantity one (1) each. The system specifications consist of the following: a.Must be vertical frame with five platforms with adjustable height. b. The x-ray source will be on the bottom. c. The system is required to shine the x-rays up through the other layers to the camera at the top platform. d.The systems are required to have all the platforms in an opened frame. e.Platforms 1 through 3 need at least a 14 x 14 cm opening. Platform 4 needs a 25 x 25 cm opening. f.First– X-ray source: manually adjustable in x and y, will hold an SB 80-1k (14 lbs) from Source Ray, Inc. Note that we may need some lead lining on this level. Also, the source has electrical cables going to it. The max weight is 40 lb. Movement needs to +- 1 cm in each direction. g.Second– Sample: motorized x and y, with 5 μm repeatability, and at least 5mm max movement. h.This platform also needs the ability to easily change materials. This is required for the stage to have a frame that can hold sheets of material that are transparent to x-rays and that can have straps and jigs attach to it. (The Government will provide the sheets to fit in the frame.) i.Third– Grid (spatial filter): A frame should be provided to hold the filter piece. It should be motorized x and y, with 5 μm repeatability, and at least 5mm max movement. It also needs manual tilt in two axes (pitch and bank). The tilt adjustment is by dials with at least 0.1 degree repeatability and precision. j.The maximum movement should be +- 5 degrees in each direction. The x-y movement should be in the horizontal plane, so the tilt mechanism can be inside the linear stages. The grids weigh 0.5 kg or less. Thickness varies from 2.27 to 2.95 mm. Size varies from 15.1 x 20 cm to 18.2 x 25.8 cm. This platforms needs to be able to be moved 1m above the source when operating. k.Fourth– Phosphor: The frame should be provided to hold the phosphor board. It should have the same manual tilt in two axes as the third level. (+-5 degrees in each direction with at least 0.1° of repeatability and precision.) The phosphor screen weighs 35.25g. It is 20.2 x 25.3 cm. l.Fifth– Camera: The camera must be mounted on a copy frame column. The column should be no longer than 30” (76 cm). The Government intends to use a medium format digital camera, such as the Hasselblad H3DII-50 (about 3 kg). The camera should be perpendicular to the long axis within 0.5 degrees, when mounted. The copy frame column can protrude above the frame when operating. m.The entire frame should be about 2 m high, by about 76 x 76 cm. It should be on casters that can be locked, and there should be extendable feet to level and stabilize the frame. It needs be able to fit through doorways when platforms are lowered. The laboratory would like to be able control the motorized stages from a laptop pc using Lab view software from National Instruments. The platforms need to have their heights adjusted manually and then locked in place and vibrations during imaging need to be minimized. The Government=s estimated expected delivery date is 12 -14 weeks after receipt of the purchase order. The delivery point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. The sole source is based on the need to perform animal imaging protocols up to the size of rats in vivo. After a thorough market research, Exonic Systems meets all the Government requirements in the above description. This system has a unique combination of manual and motorized stages with computer control. The system is capable of holding all the parts stably and with minimal vibration, while holding an anaesthetized animal with the associated physiological support and monitoring lines. This requirement is under the North American Industry Classification System (NAICS) 423690 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers, Size Standard is 100 employees. The Small Business Set-Aside does apply. The delivery and acceptance is F.O. B. Point is Bethesda, Maryland. This acquisition is being conducted under simplified acquisition procedures, and exempt from the requirements of FAR Part 6. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this requirement, within five (5) calendar days from publication date of this synopsis or by August 31, 2009 at 7:30am Eastern Standard Time. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Responses to this announcement, referencing synopsis number NHLBI-PB(HL)-2009-280-DDC may be submitted to the National Heart, Lung and Blood Institute, Consolidated Operations Acquisition Center, Procurement Branch, 6701 Rockledge Drive, Suite 6142, Bethesda, Maryland 20892-7902, Attention Deborah Coulter. Response may be submitted electronically to coulterd@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2009-280-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01928060-W 20090828/090827001652-2af08596338e24a92fc31e3aefaa0286 (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.