Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

25 -- Mobile Research Vehicle for the NIA HANDLS Study

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
#336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-098
 
Archive Date
1/13/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-17-098 Medical Research Vehicle for the National Institute on Aging HANDLS Study Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified large business and small business sources, (2) whether they small businesses are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) large and small business size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The HANDLS Study is a prospective, population-based, interdisciplinary, longitudinal study working to disentangle the relationship between race, socioeconomic status, and health outcomes related to aging. To address these questions in the appropriate populations, the NIA and HANDLS Study have established a new paradigm using mobile medical research vehicles. These vehicles serve as community-based platforms for clinical research creating effective methods for recruiting and retaining non-traditional research participants into age-related clinical research. The HANDLS Study is currently in its 4th wave of data collection. For the upcoming 5th wave additional research areas shall be investigated: ocular health, including visual acuity and retinal pathological change, olfactory health, and auditory health. To study these additional topics, MRV space for administration of vision and refractive error tests, digital fundal photography, pure tone audiometric testing, and University of Pennsylvania Smell Identification testing is needed. Currently owned MRVs do not have space for the medical equipment or testing procedures required for these additional investigation areas and a new MRV is therefore required. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure one medical research vehicle (MRV) for use by the National Institute on Aging (NIA) in the Health Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study. Proposals for both new and pre-existing vehicles with modifications shall be considered. Project Requirements: The Government requires one (1) Medical Research Vehicle (MRV) for use in the HANDLS Study. The successful offeror shall design and provide a new or custom-modified pre-existing medical research vehicle and also provide training in its use. The MRV shall meet each of the specifications identified. The Medical Research Vehicle (MRV) shall include research space, casework, furniture, utility and storage areas, lavatory, lighting, insulation, and other amenities as included in this purchase description. The MRV shall meet the design requirements illustrated in a solicitation appendix. The MRV will include areas for audio (hearing) and vision testing, cognition testing, health histories, restroom, informed consent discussion space, a storage loft, entryway with recessed foot wipe and secure stairs to the outside, and an undercarriage wheelchair lift. The Mobile Research Vehicle shall have three extension areas for cognition testing, health history, and consent. The Mobile Research Vehicles shall be self-propelled and at least 43 feet long with rear vision cameras, air-ride rear suspension, steel-belted tires and anti-lock brakes, computer-controlled hydraulic leveling, a motorized awning canopy, water and waste reservoirs, low emission and high performance diesel engine, single-sheet construction to prevent leaks, 3-ton ducted air conditioning and heat designed to control infectious agents, hospital-grade floor tiles, low-volume air flush toilet for water conservation, a pop-out emergency exit window, and noise and vibration eliminators throughout construction. Anticipated Contract Type: A firm fixed price contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Delivery Requirements: Delivery is required by or before 90 days after contractor receives order. After passing inspection, the Government will drive the vehicle from the contractor's facility to Baltimore, Maryland. Capability Statement: Contractors that believe they possess the ability to provide the required item should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support services, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a fixed price-type contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-098/listing.html)
 
Place of Performance
Address: Maryland, United States
 
Record
SN04353897-W 20161218/161216234043-f9ea085fccdb825e3430a0e6af4f080d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.