Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2018 FBO #6135
SOLICITATION NOTICE

99 -- Laser Doppler Imaging System

Notice Date
9/8/2018
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NOI-NICHD-2018-50-MJK
 
Archive Date
10/4/2018
 
Point of Contact
Max Kimpson, Phone: 301-435-4380
 
E-Mail Address
Max.Kimpson@nih.gov
(Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS. The Government's intent is TO AWARD A CONTRACT/PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute of Health, Eunice Kennedy Shriver - National Institute of Child Health & Human Development in support of the National Institute of Alcohol Abuse and Alcoholism (NIAAA) intends to award a purchase order without providing for full and open competition the acquisition of a laser Doppler imaging system. The project background is as follows: The moorLDI2 system is currently the only laser Doppler imaging system on the market suitable for noninvasive measurements of microcirculation in human arms allowing to study both endothelial-dependent and -independent components of microcirculation. In our currently submitted clinical protocol measurement of microcirculation is a very important clinical endpoint. This unique equipment can also be used for additional human or preclinical studies by other NIAAA investigators. The key unique features of this product are: • -Continuously scanning laser beam - this method patent protected (US Patent no. 5588437) • Near Infra-Red laser for superior signal/noise and depth of penetration. -Uniquely focused optics provide 100-micron pixel size and 256 x 256-pixel resolution -Unique iontophoresis protocol control when paired with Moor Instruments MIC2 Iontophoresis controller • Low frequency cut off 20, 100 or 250Hz, High frequency cut off 3KHz, 15KHz, 22.5KHz • Scan time for highest resolution scan is typically 5 minutes for any rectangle up to 25cm x 25cm This equipment is also compatible with Laser Speckle Contrast Imager moorFLPI-2 already available and widely used in Laboratory of Cardiovascular Physiology and Tissue Injury/NIAAA for small animal studies. Engineer shall set-up, install software and test the system. Provide comprehensive training for up to 3 delegates to cover safe and practical use of the system and data interpretation. The contractor shall also provide continued system support for the life of the system to include telephone, Skype, email, web-chat and additional training sessions at Moor Instruments UK headquarters. The manufacturer is Moor Instruments Inc., 501 Silveride Road Suite # 66. Wilmington, DE 19809. The North American Industry Classification System (NAICS) Code is 334516 with a size standard of 1000 employees. The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) This acquisition is conducted under the procedures prescribed in FAR subpart 13- Simplified Acquisitions Procedures at an amount less than the simplified acquisition threshold ($250,000.00) and as supplemented by FAR Part 12 - Commercial Items. This acquisition is conducted under the authority of 41 U.S.C.253© under provisions of the statutory authority of FAR Subpart 6.302-FAR 6.302-1- Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253c (1). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to established the interested parties bona-fide capabilities for fulfilling the requirement and include: certification by the OEM that you are authorized to provide services, unit price, 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 Duns & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses to this notice shall be submitted electronically by 12:00 PM Eastern Standard Time Wednesday, September 19, 2018 to Maxwell J. Kimpson at email address max.kimpson@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NOI-NICHD-2018-50-MJK/listing.html)
 
Record
SN05080218-W 20180910/180908230031-e66f164548484f7b42a10a690c98d566 (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.