Installation of 18x Boom Arms for a Tandem Boom System (Notice of Intent to Sole Source)
ID: NOI-CC-24-007308Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH - CCBETHESDA, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract for the installation of 18 new 2nd Boom Arms for a Tandem Boom System at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to replace existing respiratory boom systems in the ICU suite, which have been deemed inadequate by users, and to ensure the functionality of the new equipment through necessary deinstallation and reinstallation of medical gas, electrical, and telecommunication lines. The project is critical for enhancing medical equipment efficiency and safety, reflecting a responsive approach to user feedback. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 4:00 PM EST on September 9, 2024, as this is not a request for proposal but a notice of intent to sole source to KR Wolfe Inc. and its subcontractor, Hillrom (now Baxter International).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement and installation of 18 new 2nd Boom Arms for a Tandem Boom system at the 3SW ICU unit in Bldg. 10 CRC. Initiated in 2018, the project aims to replace existing respiratory boom systems currently deemed inadequate by users. Delays due to COVID made it necessary to issue a new request for the purchase, as a change order with the original purchase order is unfeasible. The scope includes replacing 6 previously installed boom arms and installing new arms on the remaining systems. Key objectives involve ensuring the functionality of the new equipment, which necessitates the deinstallation and reinstallation of medical gas, electrical, and telecommunication lines, along with recertification of gas lines upon installation. This project reflects a focused effort to enhance medical equipment efficiency and safety in response to user feedback, emphasizing the importance of collaborative procurement processes within government operations.
    Similar Opportunities
    Intent to Sole Source RS Means Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.
    Piflufolastat F-18 injection drugs (Pylarify) from Sofie Co. (Notice of Intent to sole source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Sofie Co. for the procurement of Piflufolastat F-18 injection drugs (Pylarify) essential for clinical nuclear medicine procedures at the NIH Clinical Center. This acquisition aims to secure compounded, patient-ready doses of the radiopharmaceutical, which is critical for diagnosing and treating diseases in accordance with patient care protocols. The drugs are FDA-approved and must be compounded and delivered on a time-sensitive basis due to their rapid radiation decay, making Sofie Co. the only authorized provider capable of meeting these specialized requirements. Interested parties may submit capability statements by September 18, 2024, to Lu Chang at lu-chang.lu@nih.gov, as this is not a request for proposals.
    BURGHART MESSTECHNIK
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institutes of Deafness and Other Communication Disorders (NIDCD), intends to issue a sole source contract for the procurement of specialized laboratory equipment from Burghart Messtechnik. The requirement includes odor delivery systems, olfactometers, EEG systems, a breathing sensor, a gustometer, and associated commissioning and training services, all tailored for recording olfactory and gustatory evoked potentials. This equipment is critical for advancing research in sensory processing and communication disorders. Interested parties may submit capability statements by September 24, 2024, to demonstrate their ability to meet the specified requirements, with inquiries directed to Shanell Bradley at shanell.bradley@nih.gov or by phone at 301-451-4732.
    Preventative Maintenance Agreement
    Active
    Health And Human Services, Department Of
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Active
    Health And Human Services, Department Of
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.
    Notice of Intent - Ortho Clinical Reagents and Supplies
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a fixed-price contract for Ortho Clinical reagents and supplies, specifically for the Department of Transfusion Medicine at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to secure essential analyzer supplies and reagents that are critical for ensuring the safety and effectiveness of blood products used in transfusion therapy, which must meet specific compatibility requirements for patient treatment. The selected supplier, Ortho-Clinical Diagnostics, Inc., is the sole source for these unique reagents, which have undergone extensive validation studies and are necessary for compatibility testing of both patients and blood donors. Interested parties capable of providing similar products may submit a capability statement by September 22, 2024, to Sheri Eiri at sheri.eiri@nih.gov, as the contract is contingent upon the availability of FY2025 funding.
    BD FACS Symphony S6 Cell Sorter (Brand Name or Equal)
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking to procure one (1) BD FACSymphony S6 SE Cell Sorter System (or equal) along with a twelve-month maintenance agreement for parts and labor. This procurement is critical as the existing cell sorter is nearing the end of its life cycle, and the new system must meet specific requirements, including compatibility with FlowJo software and advanced operational safety features, to support high-containment research involving infectious samples. Interested vendors are required to submit comprehensive quotes by September 19, 2024, with evaluations focusing on technical acceptability, past performance, and price to ensure the best value for the government. For further inquiries, vendors can contact Linda Smith at linda.smith2@nih.gov or Christian Brown at christian.brown@nih.gov.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    Gore Medical branded stents (Brand Name restriction)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.