Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOURCES SOUGHT

66 -- RECOVERY - Mobile Digital Radiography System

Notice Date
1/28/2010
 
Notice Type
Sources Sought
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI-RML-10008
 
Archive Date
2/24/2010
 
Point of Contact
Julienne Keiser, Phone: 406-363-9370, Lynda Kieres, Phone: 406-363-9210
 
E-Mail Address
jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov
(jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This is a Sources Sought notice; this is NOT a solicitation for proposals, proposal abstracts, or quotations. This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act [ARRA] of 2009 and is subject to the reporting requirements of the Act. The North American Industry Classification System (NAICS) code for this procurement is 541940 and the small business size is $7.0M. SCHEDULE: The National Institutes of Health, National Institute of Allergy and Infectious Diseases, Rocky Mountain Laboratories (RML) intends to award a follow-on contract to Sound Technologies, Inc. of Carlsbad, CA for a TruDR NX Acapella Mobile Digital Radiography system for use on a variety of small animal species in multiple locations throughout the campus. The Rocky Mountain Laboratories has been tasked with conducting research on the Novel influenza A (H1N1) virus of swine origin. The laboratory currently has several Acapella mobile digital x-ray systems on site which were procured from Sound Technologies in Carlsbad, CA. This additional piece of x-ray equipment is necessary to meet the increased workload of this new research project. Therefore, this system must be fully compatible with the existing systems so data can be shared and reviewed on any one of the units. The statutory authority permitting other than full and open competition for this acquisition is FAR 6.302-1(ii), which authorizes other than full and open competition when there is only one responsible source and no other supplies or services that will satisfy agency requirements. Supplies may be deemed to be available only from the original source in the case of a follow-on contract for... highly specialized equipment when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. This equipment is designed as an integrated x-ray generator/capture station/review station in a mobile configuration. Since this piece of equipment must communicate with the current radiographic equipment, each unit must have the capabilities to take and compare images at the same location independent of which unit or location that the images were captured. The equipment must be mobile with an adjustable height for both the x-ray detector and generator. This unit will be used for a variety of veterinary species in multiple locations so fixed height systems would severely limit the flexibility of the equipment. The equipment utilizes integrated image capture and fully featured review with exam compare functionality. This allows for the ability to review previous x-ray studies and simultaneously display previous images for side by side comparison at the location of image capture. The equipment utilizes a DICOM Conformance for Storage; DICOM Send, Query and Retrieve; and Modality Work list. This system uses image review software that must communicate with the current image storage workstations at RML. The equipment is equipped with Veterinary DICOM private tags supported on proprietary capture and review software. This allows for appropriate labeling and documentation for a variety of animal species and breeds. This function is currently utilized on all of the radiographic equipment currently used at RML. Interested firms that believe they have the capabilities necessary to accomplish this project shall provide the following information: Company Name, DUNS Number, Address, Point of Contact, e-mail address, and business size. Respondents may submit their capability statements and all other requested information not later than 4:30 PM (MDST) 02/09/2010 describing their capability to meet these requirements. Please reference the solicitation number on all related correspondence. This information may be mailed or faxed to the POC indicated above (Fax - 406-363-9288); mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, or e-mailed at (JKeiser@niaid.nih.gov). All Contractors must agree to the ARRA Reporting Requirements. All responsible sources may submit information that will be considered by this Agency, however, the Government does not intend to award a contract based on responses under this announcement. Any proprietary information should be so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-10008/listing.html)
 
Place of Performance
Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, Montana, 59840, United States
Zip Code: 59840
 
Record
SN02052404-W 20100130/100128235448-d9c725dfa9173731633475eca36feffa (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.