SOLICITATION NOTICE
65 -- 12cm gradient with a full third order set for 11.7 magnet
- Notice Date
- 7/16/2014
- 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
- HHS-NIH-NIDA(SSSA)-14-452
- Archive Date
- 8/20/2014
- Point of Contact
- Brian Lind, Phone: 3014021635
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services 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 for this acquisition is HHS-NIH-NIDA-(SSSA)-14- 452 and is being issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective July 1, 2014. This acquisition is unrestricted. The North American Industry Classification System (NAICS) Code for this procurement is 334510 and the Small Business Size Standard is 500 employees; Laser systems and equipment, medical, manufacturing STATEMENT OF OBJECTIVES The Laboratory of Functional and Molecular Imaging (LFMI) has a requirement to procure a 12 cm gradient with a full third order shims for the 11.7 Tesla magnet and console. STATEMENT OF WORK A major goal of LFMI is to have the capability to access the full third order shim set in order to correct for magnetic field distortions introduced by the object being imaged. The shim set is an integral part of a high strength gradient set. Detailed Technical Requirements The following are the minimum specifications for the required 12 cm gradient set: • Construct a gradient set with 12 cm inner diameter and outr dianmeter less than 21 cm. • Gradient set shall have a full set of shims to the third order. • Gradient set should be capable of at least 600 mT\m in strength with a rise time of < 150 microseconds on each of the x, y and z channels using the 700V/330A of the supplied Copley amplifiers. • Gradient homogeneity should be better than 5% over a 70 mm diameter sphere. • Duty cycle at full gradient strength should be a minimum of 15%. Warranty Requirements The laser system shall include at least 1 full year warranty which includes complete coverage for parts and service with an option for purchase of additional 4 years of full service warranty. The vendor must supply on-site service and include parts, labor and any associated travel required. In addition service technicians must be certified by either the manufacturer or an accredited training program. DELIVERY OR DELIVERABLES Delivery and Installation is to occur on or about December 15, 2014. Other important considerations: Prospective vendors need to be able to provide the following services: • Provide a method of installation and mount the gradient set in the 11.7T magnet. • Provide staff to be on site to assist with initial, installation. The following Provisions and Clauses apply to this RFP: FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012 FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), (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. The following factors shall be used to evaluate offers: (End of provision) Evaluation factors are listed in the order of significance for this requirement. Technical Evaluation Criteria Demonstrated minimum specifications for the required for the 12 cm gradient set with a full third order shim set as set forth in the statement of work. Does not meet minimum specifications 0 Points Meets minimum specifications 30 Points Exceeds minimum specifications 50 points Delivery Schedule Can deliver and install unit within time frame stated in the statement of work 20 Points Warranty 20 Points Cost 20 Points Maximum possible points 110 Points Award Criteria Selection of an Offeror for award will be based on an evaluation of proposals against the evaluation factors specified above. Although technical experience is important in the award, Cost and Cost related factors are also important to the overall award decision. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation and analysis of the requirements of the RFQ. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2013). The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract in full text, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Contracting Officer's Representative The following Contracting Officer Technical Representative (COR) will represent the Government for the purpose of this contract: To be determined at the time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Post Award evaluation of Contractor Performance a) Contractor Performance Evaluations Evaluations of Contractor performance will be prepared on this contract in accordance with FAR 42.15. The final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluation(s) shall be submitted at the time of the annual evaluation. Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations Contractor responses and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b) Electronic Access to Contractor Performance evaluations Contractors that have internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: hhtp://oamp.od.nih./OD/CPS/cps.asp. The registration process requires the Contractor to identify an individual that will serve as a primary point of contact and who will be authorized access to the evaluations for review and comment. In addition, the Contractor will be required to identify an alternate contact that will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 ADDITIONAL PROPOSAL INSTRUCTIONS: Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained online at the NCI website at http://amb.nci.nih.gov. Please note that Offerors must either complete FAR 52.212-3, Offerors Representation and Certifications - Commercial Items (Aug 2009) or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management Applications (SAM) with their technical/business proposal submission. Questions regarding this combined synopsis/solicitation must be received in this office by July 28, 2014. Offers must be received by 10:00 AM. (EST) August 5, 2014. Email copies are allowed as long as an original is received at the submittal address within 24 hours of the closing date of the solicitation. Submit offers to: Mr. Brian J. Lind Contract Specialist National Institutes of Health National Institute on Drug Abuse Station Support Contracts\Simplified Acquisitions Branch Building, 31 Room 1B59 MSC 2080 Bethesda, MD 20892-2080 Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-14-452 on your offer. Requests for information concerning this requirement are to be addressed to Brian Lind via e-mail only to lindbj@nida.nih.gov prior to the closing date for questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-14-452/listing.html)
- Place of Performance
- Address: National Institute of Health, Clinical Center, 10 center Drive, Building 10, 1st Floor D Wing, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03427059-W 20140718/140716234917-3537dc8595bada44be76715349e5a526 (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 |