SOLICITATION NOTICE
65 -- Da Vinci Robot parts
- Notice Date
- 6/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- HHSNCCoPC15007653
- Archive Date
- 6/25/2015
- Point of Contact
- Gail Akinbinu, Phone: 301-496-0692
- E-Mail Address
-
gakinbinu@cc.nih.gov
(gakinbinu@cc.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 FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HHSNCCOPC15-007653 is being issued as a Request for Quotation (RFQ).The NAICS Code for this solicitationis 3391128 small Business Size Standard 500 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-82 dated July 1, 2015. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. The National Institutes of Health (NIH), Clinical Center (CC), Radiology and Imaging Sciences Interventional Oncology intends to procure surgical instruments to be used with the government owned Da Vinci Robot System used to perform surgical resection of prostate tumors for Clinical Center patients. The following specifications for the required instruments are referenced below: DELIVERABLES: 1) Self-contained 8-axis motor control unit with firewire interface and integrated power supplies compatible with cabling interface provided by Intuitive Surgical Includes configuration, assembly, and testing. Each 8-axis unit is designed to control a single arm (master, slave, or camera). Each 8-axis unit contains two FPGA interface boards and two QLA 4-axis motor amplifier boards. • Three units will be configured for the daVinci PSM (Slave) • One units will be configured for the daVinci ECM (Camera) • Two units will be configured for the daVinci MTM (Master) Quantity required: 6 2) Stand-alone 4-axis firewire motor controllers. Each 4-axis controller includes one FPGA and one QLA board (coupled together). These are provided as fully assembled and tested boards sets. They do not include an enclosure, power supplies, or cabling. Includes programming, configuration, and testing. Quantity Required 2 3) Portable rack enclosure. Includes assembly of the control units into the racks and wiring of common signal, power, and emergency stop connections Region-specific power input, firewire, and e-stop cables will be included. Each rack contains two rack-mount motor control units, one rack will be configured for the two MTMs, one for two PSMs, and one for the ECM and one PSM. Includes testing of the fully configured system on dVRK platform. Quantity required: 3 2.2 Schedule: Expected that products will be delivered within a reasonable time frame from receipt of purchase order, 6-8 weeks 2.3 ASSUMPTIONS 1) All products delivered to the government will be quality tested upon delivery 2) devices are intended for non-human subjects The government anticipates the award of a Firm Fixed Price Contract. The applicable North American Industrial Classification (NAICS) code is 339112 (small business size standard is 500 employees). The Clinical Center anticipates delivery of items stated in the SOW to occur within the specified 6- 8 weeks from acceptance of the purchase order. Delivery Location, Schedule, and Instructions The delivery must be noted as an inside delivery to the address listed below. National Institutes of Health Clinical Center, Building 10 Rm 1C351 Radiology & Imaging Sciences Security Provisions There are no government security provisions for this purchase. Government Furnished Equipment (GFE) There is no government furnished equipment requirement for this order. Inspection and Acceptance Criteria The items listed in the scope of this document must be received and in full working order to be accepted as final by the Clinical Center. The following Provisions and Clauses apply: FAR 52.212-1 Instruction to Offerors-/Commercial Items (APRIL 2014); FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (Additional Evaluation criteria set forth in the combined synopsis/solicitation; FAR 52. 212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015); FAR 52.212-4 Contract Terms and Conditions Commercial Items (DEC 2014),FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAR 2015) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219.28 Post Award Small Business Program Representation (APR 2012); FAR 52.222-3 Convict Labor (JUN 2003); FAR 52.223-6 Drug Free Workplace (May 2001), FAR 52.227-14 RIGHTS IN DATA - General (Dec 2007), FAR 52.228-5 Insurance - Working On a Government Installation (JAN 1997) and FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). The Contractor shall comply with the following 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 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 COR designation. Interested Offerors may submit quotations electronically to this notice no later than 3:00p.m. (EST) June 10, 2015. Questions regarding this combined synopsis/solicitation must be received in writing by this office no later than June 8, 2015. Offerors may submit a completed FAR 52.212-3, or cite their Representations and Certifications on SAM.gov. The Government intends to make a single award based upon best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before June 15, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Mrs. Gail Akinbinu at the address listed(email) in this solicitation. Please reference the solicitation number HHSNCCOPC on your offer. Requests for information concerning this requirement are to be addressed to Gail Akinbinu via e-mail only to gakinbinu@cc.nih.gov prior to the closing date. NO PHONE CALLS PLEASE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCCoPC15007653/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03752649-W 20150606/150604234958-b6dd28b0327b5e413f83fd43d9df0cea (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 |