SOLICITATION NOTICE
66 -- Maintenance Contract Renewal for FMRIF 3T-C
- Notice Date
- 4/3/2014
- 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)-CSS-14-126
- Archive Date
- 4/26/2014
- 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 Number: 3205919 Title: Maintenance Contract Renewal for FMRIF 3T-C 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)-CSS- 14-126 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 30, 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 is $6.5 million. v. Maintenance Contract Renewal for FMRIF 3T-C vi. The National Institute on Mental Health (NIMH)-Functional MRI Facility would like to purchase Maintenance Contract for FMRIF 3T-C. The Functional MRI Facility in the NIMH operates a General Electric (GE) MR-750 3T system and its operation as a research system for NIMH and NINDS. The 3T MR-750 system requires detailed knowledge of the components that comprise this system; and how those components are integrated. This includes the following specialized components: a superconducting magnet, high-power RF and gradient amplifiers, RF receivers, analog and digital signal receiver hardware and analog and digital control electronics. vii. The period of performance is One (1) Base Year and Two (2) Option Years. viii. The provision at FAR clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. ix. 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. The following factors shall be used to evaluate offers: i. Technical Capability ii. Past Performance. The offeror must submit with their proposal a list of the last three (3) contracts completed during the past three (3), years and/or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should lists contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontractors, provide the prime contract number and the subcontract number); (iii) Contract Type, (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, reference other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. iii. Price b. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x. The provision at FAR clause at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. xi. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. xii. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. xiii. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. xiv. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. xv. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or 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 consideration; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. xvi. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification 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 April 11, 2014, 3:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-CSS-14-126. 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) 480-1358.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-126/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03328980-W 20140405/140404000655-b331d5aab45b724c99c391b64fae3e43 (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 |