Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2005 FBO #1243
SOLICITATION NOTICE

J -- Service Contract for X-ray Fluoroscopy System (XMR) and Hemodynamics Equipment

Notice Date
4/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-HL-P-05-082
 
Response Due
5/2/2005
 
Archive Date
5/17/2005
 
Description
The National Heart, Lung, and Blood Institute (NHLBI) intends to procure the services of a contractor to perform service and maintenance of an X-ray Fluoroscopy System (XMR) and Hemodynamics Equipment for the Division of Intramural Research, Cardiovascular Branch of the NHLBI. Specifically, the equipment to be serviced includes the following, and hereinafter is referred to as ?The Equipment:? 1) Siemens Axiom Artis FC (monoplane x-ray fluoroscopy system) 2) Siemens CathCor (angio hemodynamics monitoring system) 3) Siemens ACOM.Net (image archive) 4) Siemens ACOM.Web (web-based image broadcast system for secure off-site image review) 5) Siemens Leonardo (multi-modality image processing and review workstation) 6) Parts included in the installation (patient cabling, film printer, paper printers, uninterruptible power supply), hereinafter referred to as ?Parts? 7) Systems network and interface with the NHLBI ethernet data network 8) Successor hardware with substantially equivalent functionality (for example, replacing Siemens Cathcor with Siemens Sensis hemodynamics systems) 9) Individual hardware systems may be taken out of service and that component of service may be withdrawn on a pro rata basis 10) Siemens Miyabe AX-MRI patient transport system. These instruments are intended for use in clinical patient care, in human research, in animal research, in education, and in development projects in cardiovascular intervention methods. The Contractor shall confirm or demonstrate the operations of the above equipment according to the performance specifications. The Statement of Work is as follows: Contractor Requirements: Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services (except as otherwise specified herein) to perform the work set forth below. Specifically, the Contractor shall provide the following services: 1. Service provided during business hours (8am-6pm) daily, with three hours response time to service calls. This 10-hour window may be adjusted based upon mutual consent by the Government Project Officer and the Contractor. 2. Diagnostic services, both remote and local. 3. Repair/Replacement of malfunctioning system hardware components. 4. Repair/Replacement/Reinstallation of malfunctioning system software components. 5. Upgrade of all system software to the latest shipping versions during scheduled Preventive Maintenance. 6. Interface support for investigational applications (such as extracting X-ray gantry position and image data for the NHLBI investigational MRI + X-ray image fusion). 7. Availability to answer user questions during service hours. 8. Repair of ?noisy? data connections, including ECG and image signals. 9. Preventive maintenance according to manufacturer specifications, including software upgrades. The service requirement excludes the following: Consumables (magnetic and optical media). Period of Performance: The proposed period of performance for these services will consist of one twelve (12) month basic contract period, and shall include options to renew for three (3) successive twelve (12) month periods. It is anticipated that work, under the proposed contract, will begin on or about June 1, 2005. A noncompetitive award is contemplated for this requirement to Siemens Medical Solutions USA, Inc., 6021 University Blvd, Suite 490, Ellicott City, Maryland 21043. The noncompetitive determination is based upon FAR Part 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties are requested to review the Statement of Work and submit a response that includes at least three (3) references documenting similar past performance experiences and a technical approach of how the work will be performed. Responses to this synopsis will be evaluated based on the following evaluation criteria: 1) Demonstrated understanding of the Statement of Work, as shown by the technical approach proposed, including technical details for raw data access (25 possible points); 2) Demonstrated availability and competence of experienced scientific and other technical personnel (20 possible points); 3) Availability of necessary equipment to perform the work (20 possible points); 4) Demonstrated experience of prospective contractors in the service and maintenance of ?The Equipment? (20 possible points); and 5) Demonstrated and proposed method of assuring the achievement of timely and acceptable performance of the work (15 possible points). The offeror must submit at least three (3) references documenting similar past performance experiences. Responses are due not later than May 2, 2005 by 4:30 P.M. Responses must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Suite 6145, 6701 Rockledge Drive, Bethesda, Maryland 20892-7902, Attention: Mrs. Melissa Lombardo, Contract Specialist. The North American Industry Classification (NAICS) Code is 811219 and the Size Standard is $6.0M. This notice of intent is not a request for competitive proposals. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely with the discretion of the Government. Any competing firm that believes it is capable of providing the above requirement is invited to provide sufficient documentation to demonstrate that capability to the Contract Specialist. See Numbered Note 22. (0205)
 
Place of Performance
Address: National Heart, Lung, and Blood Institute, NIH, Building 10, Bethesda, Maryland
Zip Code: 20892-1538
Country: USA
 
Record
SN00792542-W 20050422/050421083438 (fbodaily.com)
 
Source
FedBizOpps.gov 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.