Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
DOCUMENT

A -- Services of are needed to perform assessment of abrupt shift in EEG frequency and respiratory arousals according to protocol specifications established with the funding agency (VA HSR&D) for a research project. - Attachment

Notice Date
5/15/2012
 
Notice Type
Attachment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Veterans Affairs;VAMC Bedford;Contracting Officer (90C);200 Springs Road;Bedford MA 01730
 
ZIP Code
01730
 
Solicitation Number
VA24112Q0725
 
Response Due
5/30/2012
 
Archive Date
9/6/2012
 
Point of Contact
Janica Francis
 
E-Mail Address
RINGS
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice: Evaluation of Polysomnography Studies DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to Janica.Francis2@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 541990, All Other Professional, Scientific, and Technical Services (size standard $7 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office VISN 1 is seeking sources for a potential contractor to perform the following type of service: Services of are needed to perform assessment of abrupt shifts in EEG frequency and respiratory arousals according to protocol specifications established with the funding agency (VA HSR&D) for a research project. The evaluation of polysomnography studies to discern abrupt shifts in EEG frequency and to assess respiratory arousals is critical to the success of the research project and must follow specifications set with VA Central Office. These specifications follow a research specific protocol using our equipment. The contractor shall carry out services to evaluate polysomnogram studies. Studies shall be evaluated according to a protocol that we have developed. Studies shall be displayed in 30-second epochs on a high resolution monitor. The contractor shall discern abrupt shifts in EEG frequency. Respiratory arousals shall be identified that occur after termination of respiratory events. Respiratory events shall be characterized based on changes in airflow and oxyhemoglobin saturation. Contract shall be familiar with research training program to understand all of the techniques and methodologies to perform this analysis. Contract must be able to validate and prove to be reproducible as compared to a special assessment using full-night laboratory polysomnography. This validation shall be reviewed for accuracy by a board-certified sleep specialist. Contractor must be certified and have knowledge of and experience with the research protocol and all of the study requirements. Contractor must meet all requirements to begin immediately with no further training or costs to the government. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to perform the scheduled and unscheduled repairs and preventative maintenance of the equipment described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in CCR and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis2@va.gov no later than 4:00pm EST, May 11, 2012. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: HPLC Equipment Maintenance Services" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/VA24112Q0725/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0725 VA241-12-Q-0725.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=340748&FileName=VA241-12-Q-0725-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=340748&FileName=VA241-12-Q-0725-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Boston Healthcare System VAMC;150 S. Huntington Avenue;Boston, MA
Zip Code: 02301-4817
 
Record
SN02748922-W 20120517/120516000530-ed300be1c225a82f7f63fded89f77c37 (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.