Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOURCES SOUGHT

66 -- Two FlowStar LB 514 Radio Flow Detectors with accessories, installation and training.

Notice Date
4/30/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC82564-36
 
Archive Date
5/22/2018
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: Two FlowStar LB 514 Radio Flow Detectors with accessories, installation and training. Notice Number: SBSS - N02RC82564-36 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: May 7, 2018 by 12:00 pm Eastern This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. 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. 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 North American Industry Classification System (NAICS) code 334516 with a size standard of 1000 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (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 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. The purpose of this requirement is to procure two Brand Name or Equal FlowStar LB 514 Radio Flow Detectors with accessories for the National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP). The requirement includes the instruments, installation, and training. The following product features/characteristics are required for this requirement: The systems shall: • Be compatible with Agilent 1260 HPLC. • Contain an integrated touch screen. • Be capable of either stand alone or interface connection to another instrument. • Results displayed in real time and in a chromatogram and numerical format. • Contain a built-in leak detection so system will shut down automatically in the event of a leak. • Be capable of dual label measurements. • Capable of automatic HV shutdown for system safety. • Have a minimum of a two-year warranty on the system. • Contain smart cells - automatic setting of correct cell specific system parameters. • Be stackable. • Have exchangeable measuring cells with Cell-ID. • Have MCA optimized OCT2 technology for application specific and optimized measuring cells, ie., Solid, and admixture cells, for alpha and gamma radiation (125I, 131I, 99mTc, 177Lu, Th-227, Pb-212, Pb-203 as well as PET applications) • Have Microbore solid, and admixture cells for high pressure applications • Provide freely selectable and automatic energy channel settings capable of isotope specific optimization. • Password-protected user levels that satisfy GLP rules • Have easy access and installation through the front panel. • Provide installation and training. • Shipping/ Handling costs must be included in the quote. NCI will not be responsible in the event charges are not included in the quote. Delivery Address: NCI Molecular Imaging Program, Bethesda, MD 20892 Installation Address: NCI Molecular Imaging Program, Bethesda, MD 20892 Items shall be delivered within 90 days of purchase order award. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. 2. Due Date: Capability statements are due no later than May 7, 2018 by 12:00 pm Eastern 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to David.Romley@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. No collect calls will be accepted. Please reference number SBSS- N02RC82564-36 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82564-36/listing.html)
 
Record
SN04904825-W 20180502/180430230711-c482ef54c436f100e3fb2c3e841b7f4e (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.