SOLICITATION NOTICE
W -- Rental of Mobile Catheterization Laboratory
- Notice Date
- 4/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 11-223-SOL-00083
- Archive Date
- 5/10/2011
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Food and Drug Administration intends to award a Contract for the supplies/services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.106. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 11-223-SOL-00083. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. This is a 100% small business set-aside. The associated North American Industry Classification System (NAICS) Code is 621512 - Diagnostic Imaging Centers; Small Business Size Standard $13.5 mil. The National Center for Toxicological Research, Center of Excellence for Hepatotoxicity is serving as the lead PI on a study assessing the cardiovascular effects of methylphenidate (Ritalin) in monkeys. As part of the assessment, biopsies of the heart are required from live monkeys. In order to perform the biopsies, a rentable mobile cardiac catheterization laboratory is required which will be operated by Government personnel. Requirement: 1. One Month Rental - Mobile Catheterization Laboratory The Mobile Catheteritization Laboratory must meet the following requirement: •Complete X-ray system that is for cardiovascular catheterization, moveable arm and table •Appropriate protective measures to minimize X-ray exposure to the operator •Contrast injector •Digital Capture system and archiving: System must be able to archive to media that can be read by non-proprietary software for subsequent analysis outside of the mobile cat lab. •Surgical preparation area •Mobile cat lab must be transportable to NCTR by normal means (e.g., truck tractor) and via regular roads. Hookups required for the lab must be relatively common and available at a standard commercial facility. •Contractor's price shall be inclusive of all costs to include rental of equipment, equipment delivery/pick-up, transportation, labor, installation, travel, operator training of Government personnel, corrective and preventive maintenance, and 24/7 technical support. Optional Item: 2. Additional one (1) month rental. Proposed pricing shall be provided on a unit price line item basis. Funds are currently available for the base requirement of 1 month. An option to increase the quantity is subject to the availability funds. Contract type: Commercial Item - Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point destination. To be delivered 90 calendar days or less after receipt of order (ARO). Point of Delivery for Services and Supplies will be the National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. Evaluation Factor: Award will be made to the party whose quote offers the lowest price technically acceptable item to the Government. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or indicate certifications in ORCA at http://orca@bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.225-3 alt I; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor for line item 2 anytime prior to expiration of line item 1. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.232-18 Availability of Funds (APR 1984) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/vfhhsara.htm. 352.202-1 Definitions (Jan 2006) 352.203-70 Anti-lobbying (Jan 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (Oct 2009) 352.231-71 Pricing of Adjustments (Jan 2001) 352.242-71 Tobacco-free facilities (Jan 2006) It is the offeror's responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration All questions shall be submitted to Regina Williams via email at Regina.williams@fda.hhs.gov. Questions are due no later than April 19, 2011, 1:00 pm (Central Standard Time). The offer must reference solicitation number 11-223-SOL-00083. Quotes shall be valid through 09/30/2011. Offers are due in person, by mail or fax on or before April 25, 2011 by 1:00 p.m. (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at the Food and Drug Administration/OAGS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please email regina.williams@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/11-223-SOL-00083/listing.html)
- Place of Performance
- Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02423899-W 20110415/110413234611-c00dadcf543bebf55cd00dd5e7664406 (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 |