SOLICITATION NOTICE
66 -- 11.7T Magnet for MRI of Animals
- Notice Date
- 8/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- RFQ2713043260
- Archive Date
- 9/26/2013
- Point of Contact
- John Flannery, Phone: 301 435 8782
- E-Mail Address
-
flanneryje@mail.nih.gov
(flanneryje@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 RFQ2713043260 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, dated August 1, 2013. The associated NAICS code is 334510 and the small business size standard is 500. The National Institute on Drug Abuse (NIDA), Station Support/Simplified Acquisitions (SS/SA) Branch, has a requirement on behalf of the National Institute of Neurological Disorders and Stroke (NINDS)/ Laboratory of Functional and Molecular Imaging for one Superconducting Magnet system to replace a twelve year old magnet for a high field MRI system. Other components of the MRI system such as shims, gradients, and radio frequency console already exist or will be acquired under a separate solicitation. The magnet shall be capable of the following: 1)Provide a main field strength of 11.7 Tesla with a horizontal field direction. 2)The inner diameter of the magnet bore tube will be at least 16 cm and no larger than 21 cm. 3)The magnetic field should be actively shielded to minimize stray magnetic fields. 4)Field homogeneity shall be less than + 2.5 PPM peak to peak over at least a 6 cm dsv. Capabilities for passive shimming should be included to help meet or exceed homogeneity specifications. However, not more than a kilogram of passive shim material should be used to make the specifications. 5)The main field stability shall be better than 0.05 ppm/hour. 6)The system shall be zero helium boil off, requiring helium fills for yearly service. The Contractor shall supply the necessary cryo-refrigerator and compressor unit with a mechanism to ensure that the magnet stays energized if/when the refrigerator/compressor unit needs service/repair. 7)The contractor shall provide and install all equipment (including all connections to quench ducts, vacuum pumps, etc...) and ensure the initial performance of all equipment on site according to the required specifications. 8)The Contractor shall provide a means to shut the main field quickly and safely in case of an emergency. 9)The Contractor will warrant the magnet and refrigerator/compressor for one year after meeting specifications. 10)The Contractor should include installation of the magnet including all cryogens and rigging costs at the NIH. 11)The Contractor shall de-energize and remove the existing 11.7T 30 cm passively shielded magnet. Any price savings due to exchange of this magnet system should be detailed. 12)The Contractor shall provide an option to either extend the warranty from one to three years on the magnet and cryo-refrigeration system or for two years after the warranty expires. 13) The contractor shall provide an option for a state-of-the art gradient/shim set compatible with the 11.7T magnet system and giving the largest inner diameter possible. Specifications for the proposed gradient should be included. In addition to any descriptive literature and information that the offeror provides to indicate that the stated requirements can be met, the following information shall be provided for use in the technical evaluation process: 1)Field homogeneity specifications (P-P for a 5 cm DSV, a 10 cm DSV and a 12 cm DSV). 2)Expected Cryogen hold times. 3)Refill times and volumes for cryogens due to normal maintenance of the magnet. 4)All design specifications to evaluate capability, including but not limited to overall dimensions, superconductor type and amount, current, and weight of magnet system. 5)A siting guide detailing minimal magnet room dimensions and minimum/maximum cryogen lines and cable lengths. 6)Corporate experience in magnet design and construction, including evidence of experience in building high field (>9.4T) horizontal, magnet systems for animal MRI. 7)Details on emergency discharge unit and system to keep magnet energized in case of a cryo-cooler failure. 8)Details on superconducting shim current access and ability to shim the main magnetic field using these shims (include any information on the passive shimming capabilities of the system). 9)Details of any active drift compensation. 10)Details of cryogen filling logistics (including minimum ceiling height). In coordination with NINDS, the contractor shall deliver and install the magnet within 9 months after receipt of order at the following address: The National Institute of Neurological Disease and Stroke (NINDS) Porter Neuroscience Center Building 36 36 Convent Drive Bethesda, MD 20892 Quotations will be evaluated on meeting technical specifications and price. All responses must be received before the response deadline and must reference number RFQ2713043260. Responses may be submitted electronically to John Flannery at flanneryje@mail.nih.gov. Fax responses will not be accepted. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Clause at 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. For more information regarding the solicitation, please contact John Flannery, Contracting Officer, at flanneryje@mail.nih.gov or call 301-594-1928.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFQ2713043260/listing.html)
- Place of Performance
- Address: 36 Convent Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03164268-W 20130829/130827235731-4cbfc4e13380e0d00f0040ebce0b8d0e (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 |