SOURCES SOUGHT
66 -- Request For Information Notice - Natus Model S48 Brand Square Pulse Stimulator or equal
- Notice Date
- 9/11/2015
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-15-0-3869
- Response Due
- 9/16/2015
- Archive Date
- 11/10/2015
- Point of Contact
- Terry Bice, 210-539-3295
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(terry.g.bice.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes, and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this RFI announcement is for market research in order to make appropriate acquisition decisions and to gain knowledge of potential qualified offerors interested and capable of providing the products described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. The U.S. Army Medical Research Acquisition Activity (USAMRAA), 820 Chandler Street, Fort Detrick, MD 21702, is seeking potential qualified offerors to provide the following: Natus Model S48 Brand Square Pulse Stimulator or equal in accordance with the following MECs: Minimum Essential Characteristics (MECs) for Natus Model S48 Square Pulse Stimulator or Equal The stimulator must have the Following Minimum Essential Characteristics (MECs) Train Rate: 1/100 sec to100TPS; single or repetitive Train Duration: 1 msec to10 sec (4 decades) Stimulus Rate: 1/100 sec to 1000 PPS (5 decades); single or repetitive Pulse Delay: 10 micro sec to 10 sec (6 decades) Pulse Duration: 10 sec to 10 sec (6 decades) Synchronous Outputs (TTL): STIM, DELAY, TRAIN; Front Panel: 10 micro sec, 50 ohms; Rear Panel: 1 or 10 msec and Train End Synchronous inputs (TTL): STIM, DELAY, TRAIN DURATION; Trigger from rising or falling edge Rear Connector (DB25S): All SYNC INPUTS and OUTPUTS; External Analog Timing Control Volts Out: 10mV to 150V (5 decades) Peak Output Current: 650 mA Output Impedance: 250 ohm nominal on all voltage ranges; 25 ohm and 100 kohm on highest range AC Power: 115/230V,50/60 Hz 70 watts peak 15 watts standby Physical Size should be no larger than: 18.00 quote mark W x 6 quote mark H x 14 quote mark D due to the lab size constraints The Capability package shall include, at a minimum:1) Identification of the organization name, telephone number, and point of contact (also with title, phone, fax, and email); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Cage Code, DUNS# and Tax ID# (TIN#); 4) Company profile: number of employees, annual sales history, locations and if CCR registered.; 5) Identification of any GSA Schedules held by the organization; 6) Experience and familiarity with providing Natus Model S48 Square Pulse Stimulator or Equal; 7) Whether the organization is an authorized reseller/distributor of Natus Model S48 Square Pulse Stimulator or Equal; and 8) Contract references in the past five (5) years relevant to the acquisition to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334510 (Size Standard: 500 employees). All questions regarding this notice should be directed to Terry Bice, terry.g.bice.civ@mail.mil Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete online representations and certifications in SAM. All interested parties shall submit information by e-mail to: terry.g.bice.civ@mail.mil, to be received not later than 3:00 pm Central Time on 16 September 2015. Any questions can be submitted in writing to the e-mail address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-0-3869/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN03881560-W 20150913/150911234939-114a52d9f79f0aba40288881a405d280 (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 |