Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2019 FBO #6494
SOLICITATION NOTICE

65 -- : MRI-compatible Physiological Monitoring and Triggering System for Mice and Rats

Notice Date
9/1/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-19-010266-CSS
 
Point of Contact
Debra C. Hawkins, Phone: 301-827-7751
 
E-Mail Address
debra.hawkins@nih.gov
(debra.hawkins@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA-19-010266-CSS and the solicitation is issued as a Request for Quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. (iv)The associated North American Industry Classification System (NAICS) code: 339112-Surgical and Medical Instrument Manufacturing, Size Standard: 1,000 Employees. (v)MRI-compatible Physiological Monitoring and Triggering System for Mice and Rats (vi) Background / Purpose / Objective: The National Institute of Aging (NIA) Intramural Research Program (IRP) requires an MRI-compatible Physiological Monitoring and Triggering System for Mice and Rats, for monitoring the vital signs of rats and mice undergoing MRI examinations and for triggering the MRI scanner to synchronize data acquisition with the respiratory and/or cardiac cycles of these animals. This equipment is needed for use on the Bruker Biospec 94/20 MRI scanner. The MRI-compatible Physiological Monitoring and Triggering System for Mice and Rats should be brand-name or equal to the system manufactured by Small Animal Instruments, Inc., P.O. Box 740, Stony Brook, New York 11790, www.i4SA.com, telephone number: (631) 689-9408, Model 1030 MR-compatible Small Animal Monitoring & Gating System, which includes: (1) ECG, Respiration and Temperature Measurement-Three lead ERT measurement module, rectal temperature probe, three lead ECG measurement electrode kit, pneumatic pillow sensor, external rechargeable battery pack, battery pack cable and 30ft simplex fiber optic cable. (2) Two Channels Fiber Optic Temperature Measurement-2-channel fiber optic temperature measurement module, four fiber optic temperature probes 6'long, tip OD.040 inches, simplex fiber optic cable and power supply adapter cable. External battery pack kit. (3) Two Channels IBP Measurement-2-channel IBP measurement module with gating and one spare analog user input channel. Four IBP transducer kits, 30ft duplex fiber optic cable. External battery pack kit. (4) Pulse Oximetry Measurement for rats and large animals-Pulse Oximetry Module and one 6ft pulse oximeter sensor, one inter-changeable sensor kit. (Kit includes one large clip and one rat tail/ankle form). Includes external battery pack kit. (5) Two Signal Breakout Modules each with Wave Grabber software TM --Signal Breakout Module - this option allows users of SAII's MR and laboratory systems to access all of the measured data including waveforms and gates. It is useful in cases where the user wants to send the data measured by the SAII system to another data analysis system or to another PC or to the imaging system console. (6) MR-compatible Small Animal Air Heater System-Heater module with control electronics, high put fan module, air hose (30ft & 5ft), one 30ft simplex fiber optic cable and power cords. (7) ERT Control/Gating Module--Control/Gating Module with two spare digital user input channels and two gating outputs, PC serial interface cable, USB to serial cable kit and power supply. (8) MR-Compatible Instrument Roll Stand--Non-magnetic instrument roll stand. (9) 6 Piece Spare Parts Accessories Kit--1 battery pack, 1 9" battery pack cable, 1 rectal temperature probe P/N RTP-101-B, 1 rectal temperature probe P/N RTP-103-B, 1 9" respiration pillow sensor and 1 battery pack wall charger. (10) Software-Windows based SAM-PC software with installation instructions. (11) Operator Manual and Transit Storage Case, (vii)Government's Anticipated Delivery: Within Thirty (30) Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institutes of Health, National Institute on Aging, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors shall be used to evaluate offers are the unique technical and performance capabilities and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or certify that their Representations and Certifications - Commercial Items are accurate and current in the System for Award Management (SAM). (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 6, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-19-010266-CSS/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Institute on Aging, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05427497-W 20190903/190903143140-13453e397cdeec8e37c9f9891b866898 (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.