Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2015 FBO #4976
SOLICITATION NOTICE

66 -- High Power MRI Gradient Amplifier

Notice Date
7/7/2015
 
Notice Type
Presolicitation
 
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-15-557
 
Archive Date
8/5/2015
 
Point of Contact
Paul C. Marsalese, Phone: 3015941971
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Bruker Biospin Corp. The purpose of this purchase order is for a high power Gradient Amplifier for the 4.7T Bruker Biospin Vertically Oriented Scanner. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334510 with a Size Standard of 500 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-82 dated May 7, 2015 STATUTORY AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Test Program for Certain Commercial Items and the statutory authority of FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements PURPOSE AND OBJECTIVES FOR THE ACQUISITION: The contractor shall provide High Power MRI Gradient Amplifier for the 4.7T Bruker Biospin scanner, vertically oriented. PROJECT REQUIREMENTS: *3 amplifiers for X,Y and Z *Gradient Amplifiers Providing 300A/500V Output *Power Supply *Gradient Cabinet and Wiring *Installation ANTICIPATED PERIOD OF PERFORMANCE: Delivery shall occur on or before 60 days after receipt of order. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Bruker Biospin Corp is the only vendor in the current market place that can provide a high power MRI gradient amplifier for the 4.7T Bruker Biospin scanner required by the National Institute of Mental Health. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Knowledgeable individuals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor other than Bruker Biospin Corp which could meet the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. Therefore, only Bruker Biospin is capable of meeting the needs of this requirement. The intended source is: Bruker Biospin Corp. 15 Fortune Drive Bellerica, MA 01821-3991 APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.213-4, Contract Terms and Conditions - Simplified Acquisition (Other Than Commercial Items) (JAN 2014). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Paul Marsalese, Contract Specialist, at paul.marsalese@nih.gov. US Mail and Fax responses will not be accepte
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-15-557/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03787345-W 20150709/150707235524-a7d3aebbf95451efe419ac1d74a4c127 (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.