Federal Bid

Last Updated on 02 Jul 2020 at 1 PM
Sources Sought
Bethesda Maryland

HITACHI ARIETTA 850 Ultrasound System or Equal

Solicitation ID HHS-NIH-NINDS-SBSS-20-07346
Posted Date 02 Jul 2020 at 1 PM
Archive Date 25 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states

Small Business Sources Sought Notice

HITACHI ARIETTA 850 Ultrasound System or Equal

Notice ID: HHS‐NIH‐NINDS‐SBSS‐20‐07346

Type: Small Business Sources Sought

Office: NATIONAL INSTITUTES OF HEALTH, Office of Acquisitions, NIDA

Published Date: July 1, 2020

Response Date: July 10, 2020

Reference Number: HHS‐NIH‐NINDS‐SB‐SS‐20‐007346

NAICS Code: 334516—Analytical Laboratory Instrument Manufacturing

Title: HITACHI ARIETTA 850 Ultrasound System or Equal

Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service‐ disabled, veteran‐owned small businesses; 8(a) small businesses; veteran‐owned small businesses; woman‐owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. 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 notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made because of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.

The NIH has a need for an Arietta850SE-S Premium Ultrasound System or Equal with; Probe, GEN, Linear, 38mm, 18-5 Mhz, L64 or Equal; Probe, GEN/URO, Linear, 50mm,13-5 Mhz, L55 or Equal; Black and white Sony medical grade thermal printer or Equal

The salient physical, functional, or performance characteristics that “equal” products must meet are as follows: Probe - Capacitive Micro-machined Ultrasound Transducer or Equal.

Must employ variable beamformer to perform realtime focusing along the entire depth of the image obviating the need to set or adjust focal zones, automatically providing optimal focusing from near to far-field.  Computing and image-processing hardware that manages the acquired ultrasound signal, performing countless data-enhancement algorithms like Acoustic Noise Reduction and Nearfield Noise Reduction, while maintaining high frame rates.  OLED Monitor – a display that uses an Organic LED monitor to deliver exceptional image fidelity. The monitor should not require backlighting so true-black can be more accurately represented, resulting in greater image contrast.  Must provide a premium diagnostic ultrasound solution that is able to operate bandwidth of 5-18MHz. This high-resolution ultrasound system is essential for marmoset embryo transfer, marmoset pregnancy diagnosis and diagnosis of fetus developments for producing genetically modified marmosets.

Capability statement /information sought. The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand‐name product specified in this notice. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition. The information must address each of the minimum specifications and the equivalent elements of the brand‐name parts stated herein. The response must also indicate the country of manufacturer.

For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Nonmanufacturer Rule).

The response must also include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.

The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone, and e‐mail addresses.

All responses to this notice must be submitted electronically to Sneha V. Singh

at [email protected] on or before July 10, 12:00 PM. Facsimile responses are NOT accepted.

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 provide the product or perform the services specified herein.

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 presolicitation synopsis and solicitation may be published in Beta sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

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(s).”

Bid Protests Not Available

Similar Past Bids

Leavenworth Kansas 15 Jan 2020 at 9 PM
Cheyenne Oklahoma 10 Aug 2018 at 10 PM
Baltimore Maryland 22 Mar 2019 at 7 PM
Oklahoma city Oklahoma 14 Mar 2024 at 2 PM
Location Unknown 19 Mar 2019 at 12 PM

Similar Opportunities

Location Unknown 09 Jul 2025 at 4 PM
Goldendale Washington 11 Jul 2025 at 12 AM