Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

66 -- Brand Name or Equal Olympus Rhino-laryngoscope Video and Monitoring System

Notice Date
6/4/2020 1:22:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00094
 
Response Due
6/15/2020 8:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Megan Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgical Oncology Program (SOP) requires the procurement of one (1) brand name or equivalent Olympus Rhino-laryngoscope Video and Monitoring System (#ENF-VH and #ENF-V3). This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 � Simplified Acquisition Procedures. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91020Q00094, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-06 (05-06-2020), simplified acquisition procedures for commercial items. � The North American Industry Classification System (NAICS) code is 334516 and the business size standard is 1,000 employees. � Only one award will be made as a result of this solicitation. �This will be awarded as a firm fixed price type purchase order. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. 1.0�� �BRAND NAME OR EQUAL This requirement is for a brand name or equal Olympus Rhino-laryngoscope Video and Monitoring System. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0�� �BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgical Oncology Program (SOP) requires the procurement of one (1) brand name or equivalent Olympus Rhino-laryngoscope Video and Monitoring System (#ENF-VH and #ENF-V3). The Clinical Center, where the SOP medical staff will be performing procedures, has existing Olympus fibroscopes and surgical diagnostic imaging systems in place. The Clinical Center personnel is trained for maintenance (sterilization) and storage of Olympus material. Additionally, the existing Olympus systems and software integrations are part of many patient-enrolled protocols at NIH and have IT interfaces/software linked with the NIH patient portals. This software connection is important for registering patient care and therapy directly into the NIH system (consultation/procedure reports and video). Thus, the subsequent instruments must be compatible with the existing system, already established at NIH. 3.0�� �TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. 4.0�� �SPECIAL ORDER REQUIREMENTS 4.1�� �PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required: ��� �Mobile trolley set on wheels for mobility, to facilitate tower movement between different patient consultation rooms. ��� �Tower structure shall be mounted onto wheels, with dimensions no larger than 1110mm H x 563mm D x 489 mm W, as to fit the limited space in patient consultation rooms. And shall hold all product items below, stacked onto a narrow and mobile tower. CCR requires a compact, lightweight tower with integrated handles at the front and rear of the top tray. The compact design is required, as it will be used in facilities where space is limited such as the examination rooms in the NIH Clinical Center (OP3). The top tray shall provide working space or a place for equipment to increase storage capacity. Optimized cable management shall be achieved through channels in the columns and cable ties on rear of the shelf. � o�� �Accessories available on tower:� � �?�� �A removable cable, SVR/Printer, CV-160 for connection to printer without RS-23C � �?�� �Sliding keyboard tray, rear panel and separate transformer � �?�� �ENT scope hangers on trolley, for safe and protected handling of scope while performing peri-procedural steps. ��� �Mobile monitor mounted onto a tower structure� �o�� �The monitor must be an HD LCD monitor no less than 26�. The LCD panel must have a LED backlight with a minimum resolution of 1920 x 1080 dots (full HD) and an aspect ratio of 16:9. Flip function mirror and 180 rotation for image display. Various input/output terminals: 3G/HD/SD SDI (serial digital interface), DVI, HD15 and video.� �o�� �LCD Monitor mount, which allows for upright attachment of monitor onto mobile trolley �o�� �Nurses Control Panel Arm-long with angles. This will allow direct visualization on monitor screen of procedure (recorded video) by the MD while performing the procedure (neck angle for best performance, while standing in front of patient) and allow separate control by assisting nursing staff ��� �Video System:� �o�� �HDTV video processor with image noise reduction and increased brightness and the capability to enhance visualization of vessels and other tissues on mucosal surfaces. � �?�� �1080p video, DVI, ssion of an offer to be considered for award of any DoD contract.� This may be accomplished electronically at http://www.beta.sam.gov. SEE ATTACHED RFQ Offers must complete the attached certification in Section K of this solicitation, 52.209-11, Representation by Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law.� Please complete certification and provide with your offer Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 4pm, Eastern, 8�June 2020 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received. Facsimile proposals are acceptable. For information contact: Jesus Godinez, 301-757-6537, or email: jesus.godinez@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a57e037553c2473ebf163768414d6a27/view)
 
Record
SN05681002-F 20200606/200604230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.