SOLICITATION NOTICE
J -- Maintenance Contract Renewal for FMRIF-3T-A and FMRIF-3T-B
- Notice Date
- 2/3/2014
- 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, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-14-057
- Archive Date
- 2/25/2014
- Point of Contact
- Jasmine D Snoddy, Phone: 301 594 1571
- E-Mail Address
-
snoddyj@mail.nih.gov
(snoddyj@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Requisition: 3227319 Title: Maintenance Contract Renewal for FMRIF-3T-A and FMRIF 3T-B i. 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. ii. The solicitation number is HHS-NIH-NIDA(SSSA)-14-057 and the solicitation is issued as a request for proposal (RFP). This acquisition is for 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. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 2, 2014. iv. A notice regarding any set-aside restrictions, the associated NAICS code 811219-Other Electronic and Precision Equipment Repair and Maintenance and the small business size standard $6.5 million. v. The National Institute of Mental Health (NIMH) has a requirement for Maintenance Contract renewal for Magnetic Resonance Imaging Scanners; FMRIF 3T-A (301496MR3T5) and FMRIF 3T-B (301496MR3T6) manufactured by GE Healthcare, 3000 North Grandview Boulevard, Pewaukee, WI 53072. This acquisition is in support of these MRI systems and their operation as research systems for NIMH and NINDS. Servicing the FMIRF's 3T HDx MRI systems requires detailed knowledge of the components that comprise this system, and how those components: a superconducting magnet, high-power RF and gradient amplifiers, RF receivers, analog and digital signal receiver hardware, and analog and digital control electronics. vi. The period of performance is for 12 months with the option for two (2) additional 12 month periods. vii. The provision at FAR clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. viii. The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 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. Technical and past performance when combined is more important when compared to price. ix. The provision at FAR clause at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. x. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. xi. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. xii. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. xiii. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. xiv. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. The period quote must include pricing for the base period and the two 12 month option periods. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certifications of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by February 10, 2014 12:00PM, eastern standard time, and must reference HHS-NIH-NIDA(SSSA)-14-057. Responses may be submitted electronically to Jasmine Snoddy, Contract Specialist at Snoddyj@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Jasmine Snoddy. Fax responses will be accepted at (301) 594-1571.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-14-057/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03279898-W 20140205/140203234347-e1cecd247cfc1d44674c7fdde76c127c (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 |