Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOURCES SOUGHT

66 -- SCINTILLATION COUNTER

Notice Date
7/27/2010
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
National Institutes of HealthNational Library of MedicineBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHLM2010072
 
Response Due
8/2/2010
 
Archive Date
9/1/2010
 
Point of Contact
GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov
 
E-Mail Address
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. The North American Industry Classification (NAICS) Code is 334516 The business size standard is 500 employees. This notice is intended strictly for Market Research. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the following items: Brand Name or Equal to: Scintillation Counter with the following specifications: QuantityItem NumberItem Description1B291000Tri Carb 2910 TR DomesticVaristte sample deck (counts both large and small vials in dedicated cassettes)Patented Programmable TR-LSC (Time-Resolved Liquid Scintillation Counting)Luminescence detection Single and dual label DPM with dynamic color correctionSpectrum UnfoldingAutomatic single label Direct DPM with Ba-133 External StandardSample numeric value screeningSIS (Spectral Index of Sample)Cassette loading bidirectional conveyorLinear 4000 Channel Spectralyzer MCAElectrostatic controllerAmbient room temperature operationGroup PrioStat# priority interruptQuantaSmart software for the Windows XP operating system with comprehensive on-line help30 user protocols with unlimited password protected assaysAssay-specific drive and path selection for data and spectrum storageAssay-specific, user-selectable, coincidence resolving time, count delay, and programmable background reductionSpectraBase stores sample and quench standard spectraReplay sample reprocessing3-D Spectral MappingCustom spreadsheet-type calculationsExternal computer controller and monitor, DVD/RW, built-in Ether supportErgonic computer mounting arm mounts on either left or right sideIndependent formatting of printout RS-232, and disk storagePrinter ordered separately27600119Ambient kit, TRI-CARB VE3700155HP Laserjet Printer kit 110V47009002New Instrument Online Training & Support55083056Utility Cart (Assembled)The equal item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide three (3) copies of (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 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 15 pages, should include references. Capability statements must be received at the address identified in this synopsis by no later than 5 days prior to close of business (12:00 P.M. local time at designated location) on August 2, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED. 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 organizations qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2010072/listing.html)
 
Record
SN02219089-W 20100729/100727235411-2d323e10a058e75a05a5bb8648a33a99 (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.