Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOURCES SOUGHT

65 -- AMBULATORY PHYSIOLOGICAL MONITOR

Notice Date
12/2/2011
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA12APM001L
 
Response Due
12/8/2011
 
Archive Date
12/2/2012
 
Point of Contact
Elizabeth A Baierl, Contract Specialist, Phone 650-604-5082, Fax 650-604-0932, Email Elizabeth.A.Baierl@nasa.gov - Janessa M Schantin, Contracting Officer, Phone 650-604-3558, Fax 650-604-0932, Email janessa.m.schantin@nasa.gov
 
E-Mail Address
Elizabeth A Baierl
(Elizabeth.A.Baierl@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) This RFI is a market survey for information to be used for planning purposes only. Thepurpose of this RFI is to obtain information from industry and potential sources for anAmbulatory Physiological Monitoring system that NASA will test for suitability in healthmonitoring of crew stationed aboard the International Space Station (ISS)NASA Ames Research Center intends to evaluate systems on short-term basis. We requestindustry to provide any information, solutions, or product offering that will meet ourbelow minimum requirements:1)3-lead electrocardiogram, body posture and activity sensors, GPS for locationtracking.2)Battery life at least 36 hours for internal data storage and a minimum of 12hours for wireless data transmission.3)Bluetooth antenna capable of transmitting data up to a range of 100 yards.4)System battery recharging in less than 60 minutes or less.5)Wearable garment containing textile based sensors. Must be lightweight, washableand reusable.6)Software must provide real time displays of data and can export data in bothbinary and text formats. 7)Software should include data processing, editing, and reporting capabilities(e.g., statistical analyses in frequency and time domains, feature extraction to detectabnormal heart beats like ventricular extra-systole, and notation). This preliminary information is being made available for planning purposes only, subjectto FAR Clause 52.215-3, entitled Request for Information or Solicitation for PlanningPurposes. It does not constitute a Request for Proposal, and it is not to be construedas a commitment by the Government to enter into a contract, nor will the Government payfor the information submitted in response to this request. This procurement is subjectto review or cancellation at any time.The NAICS code planned for this procurement is 334510; the small business size standardis 500 employees. The schedule, method of solicitation, type of contract, set asidepotential, selection criteria, pricing structure, and other considerations to be usedwill depend on the NASAs analysis of the responses received from this RFI.Responses to this RFI must include the minimum following information: Company name,address, contractual and technical points of contact, phone number, e-mail, and website(if applicable), number of years in business, and name of parent company if applicable. Also required is information about the vendors business size (i.e., large, small, smalldisadvantaged, woman-owned, veteran-owned, service-disabled veteran owned, etc.),whether the firm is under a GSA Schedule Contract for this product, and which industriesdoes the vendor identify itself with in the North American Industry Classification System(NAICS). NASA intends to use the results of its market research to aid in the making of thesefinal decisions on which systems meet the needs of NASA.Responses to this RFI are due by 4:30 PM Pacific Time on Thursday, December 8, 2011,2011. Interested firms are requested to submit their capability statements, suggestions,technical information, as well as any comments on the acquisition approach (email only)to: Elizabeth A. Baierl, Email: elizabeth.a.baierl@nasa.gov. Responses are limited totwenty (20) pages in length, not including cover letter, cover page, and table ofcontents. Submissions shall be compatible with and accessible using Microsoft Officesoftware applications.Following this initial feedback, NASA may conduct one-on-one meetings with potentialcontractors. These meetings will allow for exchange of information and will provide anopportunity for potential offerors to provide feedback on the Governments requirementsand its acquisition approach. It is the responsibility of potential offerors to monitor the Internet site for therelease of any future information about this acquisition. Potential offerors will beresponsible for downloading their own copy of any future documents. Information will beposted on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA/ARC Business Opportunities page ishttp://server-mpo.arc.nasa.gov/Services/Proc/home.tml Any referenced numbered notes may be viewed at the following URLs linked below. Anombudsman has been appointed -- See NASA Specific Note 'B'. Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA12APM001L/listing.html)
 
Record
SN02632711-W 20111204/111202234338-ac84dea9154fdc5d7007eb89029837fb (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.