Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

66 -- Full Field Laser Perfusion Imaging System

Notice Date
6/15/2017
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions-Treatment and Support Branch, Bldg 244, Room 112, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
HHS-NIH-NCI-SBSS-TSB-77023-25
 
Archive Date
7/11/2017
 
Point of Contact
Kelly J. Fowler, Phone: 3016248744, Howard Cyrus, Phone: 301-624-8747
 
E-Mail Address
kelly.fowler@nih.gov, hc163b@nih.gov
(kelly.fowler@nih.gov, hc163b@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Small Business Sources Sought / Intent to Sole Source Notice Number: HHS-NIH-NCI-SBSS-TSB-77023-25 Title: - Moor Instruments Full Field Laser Perfusion Imaging System This is a Small Business 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 small business sources; (2) whether they 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) their 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned a code of 339112 in the North American Industry Classification System (NAICS), and the size standard for such requirements is 1000 employees. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft Statement of Work to familiarize themselves with the requirements of this project; failure to do so will be at your firm's own risk. Background: The National Center for Complementary and Integrative Health (NCCIH) is dedicated to exploring complementary and alternative healing practices in the context of rigorous science; educating and training researchers; and disseminating authoritative information to the public and professionals. To fulfill its mission, NCCIH supports a broad-based portfolio of research, research training, and educational grants and contracts, as well as various outreach mechanisms to disseminate information. The National Cancer Institute (NCI) is anticipating awarding a fixed-price non-competitive purchase order to Moor Instruments, Inc. of Wilmington Delaware for the purchase of a Full Field Laser Perfusion Imaging System. In the clinical setting, NCCIH will use the imaging system to identify differences in axon reflex response following various neurological conditions, e.g. hyper reactivity in chronic pain states and deficits in neural response for patients carrying compound-inactivating mutations. Usage of the same device in rodent studies modelling these neurological/genetic conditions permits optimal translational value. As such, they require a device with adequate resolution and sensitivity to measure subtle changes in injury-induced axon reflex in both humans and rodents. As a result of intensive market research, the Full Field Laser Perfusion Imaging System is the only system on the market with the image resolution of 10μm/pixel providing the capacity for image sizes as small as 5.6mm x 7.5mm ranging up to15cm x 20cm, enabling usage in both rodents and humans. The perfusion unit (PU) range goes up to 5000 PU which is the widest range on the market and allows for collection of the most detailed perfusion data which can help NCCIH reveal subtle inter-individual differences when performing their research. The signal to noise ratio is optimized by having the speckle calculation based on 5x5 pixel array. Purpose and Objectives: The purpose of this Small Business Sources Sought Notice (SBSS) is to identify qualified small business concerns that are interested in and capable of performing the work described herein. On behalf of NCCIH, the NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this SBSS Notice, the NCI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Small Business Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Project Requirements: The contractor will provide the brand name Full Field Laser Perfusion Imaging system which meets the following specifications:  Full Field Laser Perfusion Imager 780nm imaging camera with inbuilt CCD with motorized zoom and auto focus with manual over-ride  Lens cover  power supply and mains lead  USB and fire-wire (IEEE) leads for PC connection  User manual  Microstand  Installation and Training (including travel expense)  Shipping, Handling, and Insurance. Moor Instruments, Inc. is the only responsible source and no other systems will satisfy agency requirements. The proposed contract action is for services which the Government intends to solicit and negotiate with only one source, Moor Instruments, Inc., under the authority of FAR 6.302. Delivery: Delivery of this purchase is estimated 30 days after award. Other Important Considerations:  Draft Statement of Work: A copy of the draft Statement of Work (SOW), which is subject to revisions, is attached.  Include taxes, shipping and handling/customs fees and special handling instructions.  Include descriptive literature, warranties, and /or other information that demonstrates the ability to meet the above specifications. Capability Statement/Information Sought: Respondents must be qualified and prepare tailored capability statements for all areas in the attached draft Statement of Work. The capability statements will be evaluated based on the information provided in relation to the project requirement and current capability. Information Submission Instructions: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed ten (10) single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the notice described above and in the draft SOW. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement, as well as the eligible small business concern's name, point of contact, address and DUNS number. 2. Number of Copies: One (1) electronic copy of the capability statement submitted electronically (via e-mail) to Kelly J. Fowler, Contracting Officer. 3. Delivery Point: All capability statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Kelly J. Fowler, Contracting Officer, at Kelly.Fowler@nih.gov in MS Word or Adobe Portable Document Format (PDF), by June 26, 2017 at 10:00AM, EST. All responses must be received by the specified due date and time in order to be considered. No calls or facsimile transmissions will be accepted. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this 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 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 responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Contracting Office Address: 8490 Progress Drive, Suite 400 Riverside Five Frederick, MD 21701 Primary Point of Contact: Kelly J. Fowler Contracting Officer Kelly.Fowler@nih.gov Phone: 301-624-8744 Secondary Point of Contact: Howard Cyrus Contracting Officer Howard.Cyrus@nih.gov Phone: 301-624-8747 Statement of Work The National Center for Complementary and Integrative Health plans to procure the brand name Full field laser perfusion imager and accessories. The North American Industry Classification System code is 339112 and the business size standard is 1000 employees. Statement of Work: Contractor shall provide the brand name Full field laser perfusion imager and accessories. 1. The following Salient Characteristics apply: - Full Field Laser Perfusion Imager 780nm imaging camera with inbuilt CCD with motorized zoom and auto focus with manual over-ride - Lens cover - power supply and mains lead - USB and fire-wire (IEEE) leads for PC connection - User manual - Microstand 2. Delivery: The contractor shall deliver the instrument within 60 days after the award to: NCCIH, Bethesda, Maryland 20892. The contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery of the award, the contractor must notify Belinda Davis to schedule the delivery date and time. 3. Installation: The contractor will provide scheduled installation and training of equipment to the Pain and Integrative Neuroscience Branch under Dr. Catherine Bushnell after delivery and acceptance. 4. Payment: Payment shall be made after delivery, inspection, and Government acceptance. BASIS FOR AWARD: In the clinical setting, we will use the laser doppler imaging system to identify differences in axon reflex response following various neurological conditions, e.g. hyper reactivity in chronic pain states and deficits in neural response for patients carrying compound-inactivating mutations. Usage of the same device in rodent studies modelling these neurological/genetic conditions permits optimal translational value. As such, we require a device with adequate resolution and sensitivity to measure subtle changes in injury-induced axon reflex in both humans and rodents. As a result of intensive market research, The Laser Doppler Imaging system is the only system on the market with the image resolution of 10μm/pixel providing the capacity for image sizes as small as 5.6mm x 7.5mm ranging up to15cm x 20cm, enabling usage in both rodents and humans. The perfusion unit (PU) range goes up to 5000 PU which is the widest range on the market and allows for collection of the most detailed perfusion data which can help us reveal also subtle inter-individual differences when performing our research. The signal to noise ratio is optimized by having the speckle calculation based on 5x5 pixel array.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF2/HHS-NIH-NCI-SBSS-TSB-77023-25/listing.html)
 
Place of Performance
Address: NIH/NCCIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04546480-W 20170617/170615235713-346dab81f46f5c53d0b87d747562d393 (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.