Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

66 -- MRI compatible pump - Attachment

Notice Date
7/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1058430
 
Point of Contact
Vida - Niles, Phone: 301-827-2476
 
E-Mail Address
vida.niles@fda.hhs.gov
(vida.niles@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
See Attachment REQ #1058430 The Food and Drug Administration (FDA) is seeking 100% total small business set-aside vendors that can provide quotes/proposals. NAICS Code 339112 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant firm fixed price purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-32. Background: The Division of Imaging and Applied Mathematics seeks to develop a system that will aid in the simulation of a physical phantom for evaluation of breast MRI protocols. To do this, a dual-fluid 1.5T MRI-compatible pump is required to simulate contrast agent uptake in a breast lesion. Technical Requirements for a dual-fluid 1.5T MRI-compatible pump: QTY 1 1.MRI compatible for 1.5T. Pump shall be as close as 80 cm from the isocenter of the magnet. 2.Need a fiber optic connection through the waveguide to connect the control portion of the pump that will be outside of the MRI room to the actual pump inside of the MRI room. 3.Shall be able to simultaneously control two different liquids. (After leaving the pump, the two liquids will be combined together using a bifurcating tube that connects the two pump outlets.) 4.The two different liquids that will be used in the pump are: a.Gd-DTPA MRI tracer (such as Magnevist). This has a viscosity of 4.9 cp at room temperature. b.A paramagnetically doped water solution with a viscosity of between 1-5 cp. 5.Ability to control waveform shape via computer control. The user shall be able to provide the computer with a file that has the waveform commands as a function of time since the flow rate must be updated at least once per second for up to 45 minutes. The preferable interface is via Labview. 6.Accuracy of ±1.0% for a fluid flow range of 0.01 to 10.0 ml/s. 7.An outlet port diameter adequate for connecting to 2.0 mm inner diameter tubing. 8.No need for reverse flow. 9.No need for pulsatile flow. 10.No need to loop waveforms. 11.Reservoir capacity of 5 liters and 100 ml for the two different reservoirs. (Need 2 separate reservoirs for the 2 different liquids.). Must be able to switch out reservoirs with different sizes later if desired. 12.No need to recirculate fluid. 13.Up to 1000 flow-rate values describing a waveform is ok. 14.Ability to run waveforms that are controlled up to 45 minutes from start to finish. 15.Calibration certificate. 16.Below are two examples of how I would like to control the two separate pumps: Example #1: A plot showing the flow rate required versus time for each of the two fluids: Example #2: A plot showing the flow rate required versus time for each of the two fluids: Delivery: The contractor shall deliver 60 days after receipt of order. Warranty Manufacturer warranty for all parts for one year. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later than July 17, 2009 3:00pm EST. QUOTATIONS DUE: All quotations are due, via fax to: (301) 827-7101 or email to: Vida.Niles@fda.hhs.gov, no later than 3:00pm, EST on July July 27, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Vida.Niles@fda.hhs.gov, No phone calls will be accepted. Technical Evaluation Factors: Technical Specifications: The evaluation factor for this solicitation shall be the ability to meet the technical requirements. Past Performance Factor: Contractors shall submit a list of three (3) reference contracts. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. Contractors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The reference list of the three (3) references shall include the following information for each contract and subcontract: 1.Name of contracting activity 2.Contract number 3.Contract type 4.Total contract value 5.Contract work 6.Contracting officer and telephone 7.Program manager and telephone 8.Administrative contracting officer, if different from #6, and telephone Each vendor will be evaluated on performance under existing and prior contracts for similar products or services. Performance information will be used as an evaluation factor against which contractor’s relative rankings will be compared to assure best value to the government. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the contract under consideration. Price: The offeror shall provide a price in accordance with the requirements of the technical specifications. Evaluation for Award: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical 2) Past Performance and 3) Price. Technical and Past Performance are significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1058430/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN01873989-W 20090715/090714000427-d0c08298b2b4da875b165061f0cc6f6e (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.