SOURCES SOUGHT
65 -- LC Beads
- Notice Date
- 3/5/2018
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- HHSNCCOPC18006276
- Archive Date
- 3/27/2018
- Point of Contact
- Gail Akinbinu, Phone: 301-496-0692
- E-Mail Address
-
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. Scope or Mission: Interventional radiology is responsible for all the image-guided procedures in the Radiology and Imaging Sciences within the Clinical Center. Interventional radiology services are crucial to care and treatment of patients throughout the Clinical Center and NIH. The NIH has recently completed a state-of-the-art IR suite of the future including a one-of-a-kind combination Angio/CT suite with device tracking, CT-integrated robotics, and multimodality fusion. The Angio/CT interventional suite will have a 256 slice multi-detector CT scanner installed in 2009. The image-guided therapy section has a minimally-invasive, image-guided oncology initiative that includes basic bench, in vivo, engineering, and clinical research, combining multimodality electromagnetic tracking and on-line navigation tools to improve accuracy and outcome. Other areas of clinical activity in image-guided therapy include heat activated targeted drug delivery, image-guided ablation with RFA, microwave, or HIFU, percutaneous injection gene therapy, serial biopsy, thrombolytic therapy and Interventional Oncology. Purpose: Treatment of solid tumor cancers by preventing blood flow to tumors. Product Description: LC Beads that can be impregnated with chemotherapy or used alone to embolize feeder tumor vessels. 6 vials of 100-300um,2ml volume #6 vials of 70-150um, 2ml volume Interested concerns capable of providing the product as described in this notice may submit a capability statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice shall be limited to 10 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for a NAICS: 339112 with size limitation standards of the employees and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources. 5. Identification of the firm's government-wide acquisition contract (GWAC) by Schedule number and contract number and/or SINs that are applicable to this potential requirement are also requested (e.g. GSA, NITAAC, NASA SEWP). Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding ten (10) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 10 a.m., Eastern Time, March 12, 2018. The capabilities response shall be e-mailed to: gakinbinu@nih.gov. No phone calls please. All information received in response to this notice that is marked Proprietary will be handled accordingly. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NIH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC 's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. Responses to this Sources Sought Notice shall be submitted before the closing date and time to the attention of the Contract Specialist listed below. Gail Akinbinu Office of Purchasing and Contracts 67070 Democracy Boulevard, Suite 106 Bethesda, MD 20892 gakinbinu@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCCOPC18006276/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04843285-W 20180307/180305231639-076c05fe76b211df51bd8a9e377d80cd (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 |