Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOURCES SOUGHT

66 -- Upgrade of 2 General Electric (GE) HDx 3T MRI scanners to GE Discovery MR750 3T MRI Scanners

Notice Date
3/25/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument 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-SBSS-15-221
 
Archive Date
4/23/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. NOTE: THIS NOTICE IS POSTED CONCURRENTLY WITH GENERAL SOURCES SOUGHT NOTICE HHS-NIH-NIDA-SSSA-SS-15-222. Background: The NIMH Functional MRI Facility (FMRIF) operates MRI scanners in support of neuroscience research at the Intramural Research Programs (IRPs) for the National Institutes of Mental Health (NIMH) and Neurological Disorders and Stroke (NINDS). To continue the cutting-edge research performed by these institutes, it is necessary to have the most modern equipment available, providing researchers with access to the latest equipment, tools, and techniques for their experiments. This project entails upgrading the electronics and support systems on two aging MRI scanners to allow the FMRIF to be able to provide the latest tools and techniques to NIH researchers. Purpose and Objectives for the Procurement: The purpose of this requirement is to acquire the upgrade of two General Electric (GE) HDx 3T MRI Scanners to GE Discovery MR750 3T MRI Scanners. This upgrade shall include the de-installation and removal of the electronics and support systems for two (2) GE HDx 3T MRI scanners, leaving the core magnets from each scanner in place. The contractor shall then perform the necessary work to upgrade each magnet's scanner infrastructure to support an upgrade to the GE Discover MR750 3T MRI Scanner level. Finally, the Contractor shall upgrade the two GE HDx 3T core magnets and upgraded infrastructure into two GE Discover MR750 3T MRI Scanners. Project Requirements: The contractor shall provide the following: I. Interior Facility Preparation Work for Upgrade of two (2) GE HDx 3T MRI Scanners to GE Discovery MR750 MRI Scanners. II. Upgrade of two (2) GE HDx 3T MRI Scanners (System IDs. 301496MR3T5MR and 301496MR3T6MR). Each shall be upgraded as follows: a. One (1) Upgrade to GE Discovery MR750 3.0T 32-Channel EX b. One (1) Main Disconnect Panel to safeguard the system's critical electrical components c. One (1) MR750 Cable Configuration A, Short ER, Short SR for system installation with a distance of 10 meters between the penetration wall and the rear of the scanner and approximately 10 meters between the penetration wall and cabinets in the electronics room d. One (1) Vibroacoustic Dampening Kit to attenuate the transmission of gradient generated acoustic noise e. One (1) In Room Operator Console Control in English to interface with the scanner f. One (1) Wide-Screen LCD Monitor for use with the scanner g. One (1) Label Collector Kit in English h. One (1) Standard service Package for the equipment warranty period i. One (1) Neuro Elite Package including 3D ASL to help visualize tissue perfusion, 3D PROMO to correct for rigid body terms, and FOCUS for increasing resolution. j. One (1) 3.0T 32-Channel fMRI Head Coil with a 24 cm inner diameter, coil size of 29 cm OD X 30 cm long, coil base of 41 cm wide X 48 Cm long and weight of 14 kg including the base k. One (1) MR Dielectric Pad Set with 1 Neck Pad and 1 Abdomen Pad to suppress shading artifacts l. One (1) One-Day Onsite Training from 8 AM to 5 PM III. Upgrade one GE HDx 3T MRI Scanner (System ID 301496MR3T5MR ) as follows: a. One (1) MR750 MNS Upgrade for Sites with 8Kw Amp to broadband signal detection. b. One (1) 3.0T Carbon Multi-Nuclear Spectroscopy TR Switch to add a 13C T/R switch for multi-nuclear capabilities c. One (1) 3.0T Phosphorus Multi-Nuclear Spectroscopy TR Switch to add a 31P T/R Switch for multi-nuclear capabilities IV. The Contractor must verify prior to final acceptance that each upgraded scanner and all its sub-systems perform within required specifications. The contractor must also provide the on-site training prior to final acceptance. V. All preparation and upgrades must, at time of completion, result in equipment and space being in condition appropriate for patient scanning. Period of Performance It is expected that all project requirements will be completed within eleven (11) months after receipt of order. A firm fixed price contract is contemplated. Capability Statement: Contractors that believe they possess the ability to provide the required equipment and service should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-221/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03678816-W 20150327/150325235314-5d72ae541fdbf73b8efb4da6a7e2008c (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.