SOLICITATION NOTICE
66 -- Brand Name Only Medtronic StealthStation S7 Surgical Planning System
- Notice Date
- 3/25/2016
- 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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-16-285
- Archive Date
- 4/19/2016
- 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
- Brand Name Only Medtronic StealthStation S7 Surgical Planning System Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-285 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-285 and the solicitation is issued as a request for proposal (RFP). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is available for full and open competition. ACQUISITION AUTHORITY 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 and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-1, dated March 16, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background In agreement with the National Institute of Neurological Disorders and Stroke (NINDS) mission, the NINDS Surgical Neurology Branch (SNB) Section contributes neurodiagnostic information and investigative research as it explores the physiologic, anatomic, behavioral, and therapeutic components of epilepsy and somnolence. Further, it provides diagnostic services for the Clinical Center to support and evaluate ongoing medical care and research activities. The NINDS SNB currently owns an intraoperative neuronavigation system, specifically a Medtronic StealthStation S7, which is used in the process of excising brain tumors. To improve outcomes of brain tumor resections, an upgrade to the existing surgical navigation system is now necessary. To ensure that the new additional system integrates with the current system and allows for continuity of data, only the StealthStation S7 Planning system with Stealthviz Advanced Planning software is acceptable. Purpose The purpose of this acquisition is to provide the NINDS Surgical Neurology Branch with a StealthStation S7 Planning system to be used for diffusion tensor imaging to improve the safety, speed, and accuracy of excising brain tumors. To ensure standardization of data and integrity of existing equipment, only the Medtronic brand is acceptable. Project Requirements The contractor shall provide the NINDS Surgical Neurology Branch with delivery and installation the following BRAND NAME ONLY surgical navigation equipment and software: 1.One (1) StealthStation S7 Planning system [Medtronic, Inc. Item No. 9734048] 2.One (1) StealthViz Advanced Planning Software Package [Medtronic, Inc. Item No. 9733913] Training Requirements The contractor shall provide on-site training at the customer site within two (2) weeks of equipment installation. Training shall be for up to eight (8) individuals over a two (2) day period for a duration of approximately eight (8) hours per day. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform installation and training for the equipment and software. Warranty Requirements The Contractor shall provide, at a minimum, a one (1) year warranty on all equipment, supplies and repairs. The Contractor shall provide technical support service during the warranty period. Technical support service shall be on-site and/or virtual and include technical assistance and training on all service related issues. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for warranty period. Delivery Requirements/Period of Performance The required equipment shall be delivered to the NIH NINDS Surgical Neurology Branch, National Institutes of Health, NINDS, SNB, 10 Center Drive, Building 10, 2nd Floor Surgical Operating Suite, Bethesda, MD 20892 within seventy (70) days after contractor receipt of order. Inside delivery is mandatory. The contractor shall deliver and install the equipment at the same time. The equipment shall be installed during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The contractor shall provide an original equipment manufacturer certified service technician to perform setup installation, and training. Training must be provided within two (2) weeks of delivery and installation. Place of Performance/Delivery Location The place of performance shall be the National Institutes of Health, NINDS, SNB, 10 Center Drive, Building 10, 2nd Floor Surgical Operating Suite, Bethesda, MD 20892 Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 03/29/2016 at 12:00 PM Noon EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical proposal and 2) a separate price proposal. The technical proposal should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to twenty single-sided pages. The price proposal must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. PROPOSALS MUST INCLUDE BOTH A TECHNICAL DOCUMENT AND A SEPARATE PRICE PROPOSAL. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL PROPOSAL ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE PROPOSAL SHALL NOT BE CONSIDERED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are detailed below, in order of importance. 1.Equipment Capability and Warranty: The contractor shall detail in a technical proposal how its proposed equipment meets each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities as well as warranty information. Technical approach shall be evaluated for the ways in which the proposed equipment meets or exceeds the equipment and warranty specification requirements. Exceeding requirements shall be considered favorably. 2.Delivery, Installation, and Training: The contractor shall detail in a technical proposal how it shall meet the delivery, installation, and training requirements. The Government shall evaluate for ability to meet or exceed the requirements detailed in this statement of need. Proposals must include a delivery lead-time and detailed explanation of who shall perform installation as well as the installation and training time frame. 3.Past Performance: The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment provision, delivery, and installation requirements outlined in this Statement of Work. Experience shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Contract Number c.Contract Type d.Total Contract Value e.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW f.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation applies to this acquisition. 7.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CONTRACTOR PERFORMANCE EVALUATION Final Evaluation of Contractor performance will be prepared for the resulting contract in accordance with FAR Subpart 42.15. The final performance evaluation will be prepared at the time of completion of work. Final evaluation 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 evaluation, 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. Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov CLOSING INFORMATION 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. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-285. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-16-285/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04063141-W 20160327/160325234443-748f3228897bf37b7b3d9c01509b2ea1 (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 |