Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

66 -- Electronic Extensions for 7T/30 MRI System - Copy of Solicitation

Notice Date
2/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2016-133
 
Archive Date
3/5/2016
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Copy of Solicitation COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Electronic Extensions for 7T/30 MRI System (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-2016-133 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a 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 not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2 dated February 1, 2016. (iv)The associated NAICS code is 334516 and the small business size standard is 500 employees. (v)The National Institutes of Aging (NIA) currently uses the 7T MRI Scanner and Biospec Avance AV3 Console, where body (volume) coils are used to transmit radio waves into subjects undergoing MRI scanning and may also be used to receive signals from these subjects to form images. The current 7T MRI scanner and Biospec Avance AV3 Console, for which the 72 mm 1H body coil is used, in nearly every scan performed on mice. This instrument provides preclinical MRI data for the entire NIA research program and the majority of these data are acquired on mice; therefore, the operation of this coil impacts the research of numerous laboratories. The 72 mm coil currently in use is original to the installation of the scanner in 2003 and has been repaired numerous times. As such, a new 86mm coil is required and will be used while also maintaining the existing coil as backup. (vi)The purpose of this requirement is to procure a new 86mm coil in order to extend the performance of the 7T MRI Scanner and Biospec Avance AV3 Console, currently being used at NIA so that dynamic contrast enhanced (DCE) MRI of the liver and high-resolution imaging of musculoskeletal tissues can be conducted. Features/Requirements: The contractor shall provide a quantity of one (1) MRI transmit-receive volume coil for scanning mice and rats meeting the following specifications: 1.Inner diameter: 86 mm designed to be used in Bruker BO-GA 12S or bigger gradient coils 2.Accommodating 650g of body weight 3.Circular polarization 4.Outer diameter: 112 mm that will fit inside Bruker BGA 12S HP gradient set 5.Circular polarization 6.Radio Frequency (RF) Passive Quadrature Combiner with maximum input power of 1kW 7.Holder for RF Coils with 112mm outer diameter and Gradient coil B-GA20S 8.Capable of transmit-receive and transmit-only operation at a proton frequency of 400.1 MHz 9.Compatible with Bruker Biospec Avance I MRI and AV3 Console 10.Delivery within 9 months after receipt of the purchase order and shipping charges must be included in the quotation 11.Installation of the coil on NIA's existing Bruker Biospec 70/30 MRI Scanner and certification that the manufacturer's published specifications are met. Reporting Requirement: Contractor is required to provide written progress reports upon completion of the installation. The original documentation is required. The progress report shall cover all work completed. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Government Responsibilities: 1.The Government shall provide any necessary utilities required for the installation and commissioning, as defined in the Site Planning Guide, in particular: a.Electrical connections b.Air conditioning c. Cooling water 2.The Government shall make sure that the installation conditions comply with our site planning guide and with the local regulatory requirements. Extra costs due to delays caused by the customer have to be borne by the buyer. (vii)The anticipated period of performance for delivery is within 9 months after the receipt of the purchase order with field installation occurring within 3 weeks after delivery. The anticipated period of performance is beginning March 1, 2016 through January 1, 2017 with the following place of performance: Biomedical Research Center (BRC) National Institute on Aging/NIH 251 Bayview Blvd. Baltimore, MD 21224 (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 Government intends to issue a firm fixed price Contract for this requirement. The technical evaluation factors are as follows, in order of importance: Evaluation Criteria: 1.Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment, specifically that it will be compatible with the equipment currently being used at NIA. 2.Factor 2: Delivery The Offeror shall detail in its technical proposal how it shall meet the delivery and installation requirements. The Government shall particularly evaluate ability to meet or exceed delivery and installation schedule requirements. Quotations must include a delivery lead time and include shipping costs. (b) Award Criteria Selection of an Offeror for award will be on the basis of best value, technical factors and price considered. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal and must also include delivery lead times and well as shipping costs. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. A recent (12 month period) redacted invoice showing the date of the invoice and the similar or identical product description and the price that was billed, and/or a published price listing should be supplied with the quotation for price reasonableness determinations. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (x)Offerors should include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi)The provision at FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)A statement that the FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)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 considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling EACH of the requirements described in this solicitation. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. A redacted invoice which is an edited version of an invoice issued within 12 months of this solicitation, with details of similar or identical items should be supplied and or a published price listing should be supplied for price reasonableness determinations. 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." Questions regarding this combined synopsis/solicitation must be received in this office, to the email address supplied below, by 8:00AM (EST) on February 15, 2016. All offers must be received by 8:00AM (EST) on February 19, 2016 and must reference number HHS-NIH-NIDA-SSSA-2016-133. Responses must be submitted electronically to Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2016-133/listing.html)
 
Place of Performance
Address: Biomedical Research Center (BRC), National Institute on Aging/NIH, 251 Bayview Blvd., Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04016079-W 20160212/160210234247-5c21f44abd6d490f2482298f90b99ee6 (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.