Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

66 -- Ultrasound Machine

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2011-254-JML
 
Archive Date
8/9/2011
 
Point of Contact
Jonathan M. Lear, Phone: 3014514470
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The solicitation number is NHLBI-CSB-(DE)-2011-254-JML and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-53 (July 5, 2011). The North American Industry Classification System (NAICS) code applicable to this requirement is 334516 with a size standard of 500 employees. However, this solicitation is not set aside for small businesses. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), on behalf of the National Institute of Dental and Craniofacial Research (NIDCR), intends to award a fixed price purchase order for the following: -Ultrasound Machine Background Information The NHLBI on behalf of the NIDCR is seeking to purchase an ultrasound machine that will be used primarily in the Sjogren's syndrome clinic, by Sjogren's syndrome clinic staff, for two major purposes: 1) point of care diagnostics of salivary gland and musculoskeletal abnormalities, and 2) a research tool to evaluate and refine ultrasound as a method to improve the diagnosis and monitoring of Sjogren's syndrome. Below are the Government required specifications: Specifications -The ultrasound machine must include raw data. The raw data feature allows the clinician to perform the scan, and then after the scan has been completed, re-annotate the images, as well as correct the saved image if needed. Also, with the raw data, the following image parameters can be adjusted: overall gain, gray-scale maps, dynamic range, color (on/off), color maps, and pulsed Doppler gain. It allows the clinician to perform a virtual re-scan, thus reducing patient recalls for additional scans. -The ultrasound machine must have a 15 inch screen; -An internal hard drive to save images; -Two (2) USB ports for saving HIPAA compliant images; -Pre-programmed presets based on the transducers to increase image quality and reduce scan time; -User-selectable frequency ranges and focal zones; and, -Three (3) user-defined print keys. Evaluation Criteria -The Offeror shall demonstrate its ability to provide the equipment based on the Government required specifications. The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Institute of Dental and Craniofacial Research (NIDCR), Bethesda, Maryland. FAR Provisions and Clauses which apply to this Acquisition are the following: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; 3) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. Quotes are due July 25, 2011 by 12:00pm Eastern Standard Time. The award will be made based upon the requirements specified in this combined synopsis/solicitation, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The quote must reference the Solicitation Number NHLBI-CSB-(DE)-2011-254-JML. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Responses must be submitted electronically to learj@nhlbi.nih.gov. Quotations may also be submitted in writing to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan Lear, Contract Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2011-254-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NIDCR, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02504710-W 20110722/110721002726-7c0b0a7733ebc208edd0913519042956 (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.