Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

66 -- Mini Ponemah System with ECG PRO and Post Analysis

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-{HL}-2009-052-DDC
 
Archive Date
1/15/2009
 
Point of Contact
Deborah - Coulter,, Phone: (301) 435-0368, Kathleen Marsden,, Phone: 301.435.0364
 
E-Mail Address
dc143b@nih.gov, marsdenk@nhlbi.nih.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(HL)-2009-052-DDC and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-28. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. 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. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute to procure the services from Transoma Medical Inc/DSI 119 - 14th Street N.W., St. Paul, MN., 55112 following: 1. Receiver for Plastic Cages w/4m cable, Part #2726001-001, Model #RPC-1, quantity four (4) each. 2. Dataquest A.R.T. Data Exchange Matrix w/4mm cable, Part #271-0117-001 Model # Data Exchange Matrix, quantity one (1) each. 3. Power Supply For ART (for both 110v & 220v, Part #370-0102-001, Model # Power Supply, quantity one (1) each. 4. Power Cord to IDE for 110v Power Supply, Part #274-000-0001, Model # USA, Canada, Japan, quantity one (1) each. 5.Ambient Pressure Reference Provides an independent measurement of ambient pressure. The Data Acquisition System uses this measurement to compensate for changes in barometric pressure, Part #275-0020-001, Model #APR-1, quantity one (1) each. 6.Ponemah Physiology Platform Software 8 Channel includes; Software, Software Key, Reference Manual Note: requires an Acquisition Interface, Part #PNM-P3P-008, Model #Ponemah Software (8 CH), quantity one (1) each. 7. DSI-Ponemah OpenART 3.11 Gold Software w/CQ2240 BRD - 8, sources DSI OpenART 3.1 Gold software and CQ2240 Interface Board Note: Compatible with P3P versions above 4.30 and Window 2000/XP only, Part # PNM-P3P-D002, Model #OpenART Interface (Gold), quantity one (1) each. 8. Blood Pressure Analysis Software Module, Part #PNM-BP100W, Model # Analysis Module (BP), quantity one (1) each. 9. Electrocardiogram Analysis Software Module, Part #PNM-ECG1–W, Model # Analysis Module (ECG), quantity one (1) each. 10. Dell Computer - Windows XP Optiplex Minitower Core 2 Duo Core 2 Duo processor (minimum 2.66 GHz) 4 GB RAM 250 GB Hard Drive DVD RW Drive includes software installation and test when purchase with DSI acquisition system, Part #270-0112-005 Model Computer, quantity one(1) each. 11. Dell 19" computer monitor max screen resolution 1280 x 1024, Part #271-0113-001, Model #Computer monitor 19", quantity one (1) each. 12. Post Acquisition Analysis Software. Required for Post Acquisition on remote computer, Part # PNM=P3P-POST, Model #Post Analysis, Software, quantity one (1) each. 13. ECG Pattern Recognition Option (Existing Acquisition and Post Systems), Part # PNM-010-TMPLTE, Model #Analysis Module (ECG PRO), quantity one (1) each. The purchase shall include free technical support during business days of DSI via the phone, fax, or e-mail. Business our are Monday - Friday 8:00 am to 5:00 pm CST. USA time. The warranty shall be effective from the data product is shipped to the customer and installed, and shall continue for: 12 months for data acquisition hardware and telemetry receivers 12 months for cables supplied separately or as part of a product 24 months for new and exchanged transmitters except 12 months for new or exchanged F20-EET or F40-EET Shall include the duration of warranted battery life for the transmitter’s performance specifications 12 months for magnetic media The sole source determination is based on the fact that the newly formed NHLBI Murine Phenotyping Core needs the above equipment in order to service investigators as a functional murine phenotyping laboratory. The transmitters are for use with the Laboratory’s current owned and operated DSI system. The system must be compatible with the existing system and software. DSI telemetry training system: The Laboratory’s current DSI system can support obtaining chronic heart rate, ECG, blood pressure, activity, and core temperature monitoring for up to 12 mice at a time. This system is in constant use by investigators, and there has not been an unscheduled week available to use this system for months, and it is expected to be in constant use and booked for many months into the unforeseeable future. The laboratory needs a second, smaller system in order for investigators to collect baseline data on all the parameters for the most commonly used background strains. This data will help in analyzing experimental data obtained from the main system. For this data to be relevant and meaningful for that purpose it must be obtained by the same technology, methodologies, and procedures as the experimental data which justifies buying a DSI system. The Government also need this system to conduct independent research projects, and will also use it to train investigators how to use the software and conduct experiments on the equipment prior to them using the main system. The DSI telemetry system is the only one available for chronic monitoring of murine direct arterial blood pressure, heart rate, ECG, activity, core temperature because it is currently under a patent. All studies in the literature involving telemetric monitoring of these parameters in mice are obtained using the DSI system. Also, as mentioned above, data obtained from this system will be used as baselines which will be used to help analyze experimental data obtained on the main system, which can only be done if the data were obtained comparably, i.e. from the same system. DSI is the only company that currently provides this technology for mice. Ponemah post analysis software by DSI. Currently, analysis and manipulation of data obtained by the DSI mouse telemetry system can not be done during the experiment and it can only be accessed by a single user and a single site. This creates a problem because the system is in high demand and constantly in use, and currently after an experiment is finished the investigators must sit in the animal room for several days to access and analyze their data before the next investigator can start their study. This software is required for post acquisition analysis on a remote computer, and will also let researchers have the ability to access data on their own computers providing independence from the DSI systems experimental schedule. With this software the core will be able to support more users and experiments with the DSI system. This is the only product that allows for more than one user to analyze DSI data and to analyze DSI data on an offsite computer because the DSI software is owned by DSI, its protected software, and to allow for the above capabilities it must be done through buying this DSI owned and DSI compatible software program. Basically, only other DSI software is compatible with the current DSI software. DSI ECG analysis software. The phenotyping core is currently involved in collecting ECG data in transgenic mice to support NHLBI investigators. This software will improve our abilities to detect subtle ECG changes associated with a transgenic strains obtained from the DSI telemetry system and strengthen our data analysis capacities. Only other DSI software is compatible with the current DSI software. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or by December 31, 2008, 7:00am, Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB(HL)-2009-052-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung and Blood Institute 6701 Rockledge Blvd., Room Suite 6100, Bethesda, Maryland 20892, Attention: Deborah Coulter. Emails will be accepted with the original signed copy to follow in the mail. Contracting Office Address: National Institutes of Health, National Heart, Lung and Blood Institute, 6701 Rockledge Blvd., Suite 6100, Bethesda, MD 20892Point of Contact: Deborah Coulter
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ffa6b1f10b63edfe977552faa669f41&tab=core&_cview=1)
 
Place of Performance
Address: nih, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01720349-W 20081219/081217215834-9ffa6b1f10b63edfe977552faa669f41 (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.