SOLICITATION NOTICE
J -- Maintenance for injector Systems
- Notice Date
- 10/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- P165799
- Archive Date
- 10/25/2009
- Point of Contact
- Gail Akinbinu, Phone: 301-496-0692
- E-Mail Address
-
gakinbinu@nih.gov
(gakinbinu@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Clinical Center is a clinical research hospital providing medical services for patients participating in human research protocols of the National Institutes of Health (NIH). The Clinical Center (CC) provides patient care facilities and services for clinical investigations by the NIH Institutes, research in related areas and other training programs. Radiology & Imaging Sciences (RAD&IS) provides clinical radiological and general patient care services in a biomedical research environment. SCOPE OF WORK: A service will be provided to RAD&IS on existing MR Injectors located in the MRI Modality, CT Injectors located in the CT Modality and IR Injectors located in the Interventional Radiology Modality, to support diagnostic/research studies on patients in clinical protocols and the NIH Clinical Center mission of providing quality patient care. 1.Provide one on-site preventive maintenance visit per year during normal working hours. a.Calibration Certification b.Travel, labor and parts c.Provide Medrad hardware and software updates capitable with Medrad equipment d.90 day warranty on work performed 2.Corrective Maintenance coverage include. a.Full service warranty for the period of performance b.On site emergency service hours during normal working hours. c.Provide technical support as needed (provide call number during normal working hours and an after-hours call number d.Provide a loaner during repairs where equipment is sent off-site. Normal working hours are Monday through Friday between 8:00 am to 5:00 pm. After hours are anything after normal working hours, including weekends. All work is to be performed on-site. If equipment needs to be shipped to factory or service provider’s location, all shipping charges should be included with the plan. The Government will provide technical direction on an as needed basis. GOVERNMENT RESPONSIBILITIES: 1.RAD&IS will provide a safe work environment and access for the service/preventive maintenance on Government furnished equipment. 2.Equipment to be serviced: Stellant D/Dx DCB-SCTD CT Serial Number 24785 IR (Special Procedures) Injector DCB-SCTD CT A Serial Number 30281 CT Injector DCB-SCTD CT Toshiba Serial Number 30555 CT Injector SPECTRIS SOLARIS/EP DCB-SMRS 3T/MR4 Serial Number 575 MRI Injector DCB-SMRS 3T/MR2 Serial Number 41855 MRI Injector DCB-SMRS MR3 Serial Number 41846 MRI Injector DCB-SMRS MR5 Serial Number 41875 MRI Injector DCB-SMRS MRI OR Serial Number 30357 MRI Injector Mark V, Mark V+ Provis DCB-PRO SP Serial Number 102466 IR (Special Procedures) Injector MARK V, MARK V+ Provis DCB-Pro SP Serial Number 95149 IR (Special Procedures) Injector Services Providers Responsibilities: 1.Any repair costs will be discussed with the MRI, CT or IR Lead Technologists or in their absence, the Supervisory Diagnostic Radiologic Technologist 2.The Senior Medical Physicist (or his designee) will be consulted for repairs that need to be sent out to another location. PERIOD OF PERFORMANCE: The period of performance shall be one year from the execution date of this award. October 15, 2009 to September 29, 2010. LOCATION: National Institute of Health Clinical Center, Building 10 Radiology & Imaging Sciences MRI Modality EVALUATION CRITERIA: 1.Must be able to provide support during working hours 2.Must be able to provide parts that are not third party 3.Provide technical call support including after hours 4.Emergency repairs must be done within 24 hours. 5.Notification if parts not available and if repair more than 24 hours, loaner must be provided. Notification and arrangements should be coordinated with MRI, CT and IR Lead Technologists or in their absence, the Supervisory Diagnostic Radiologic Technologist 6.Provide shipping charges THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This a combined synopsis/solicitation for commercial items and services, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.This is a total small business set-aside. The applicable North American Industrial Classification Code is 811219 and the size standard is $5m. All offerors please provide reponse information and verification of business size no later than October 13,2009 by 3:00pm. Please send all correspondence to Gail Akinbinu at email address gakinbinu@cc.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/P165799/listing.html)
- Place of Performance
- Address: Clinical Center, 9000 Rockville Pike, Bldg 10, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01981041-W 20091008/091006235131-f46ea18bb85ecaeb2a597f9e28481bce (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 |