SOLICITATION NOTICE
70 -- Magnetom Prisma 3T MRI Scanner Upgrade - FAR Clause 52.212-5 - Brand Name Justification - Purchase Description
- Notice Date
- 4/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-174
- Archive Date
- 4/18/2017
- Point of Contact
- Leon Wong, Phone: 3014807503, Nancy Lamon-Kritikos, Phone: 3014802447
- E-Mail Address
-
leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov
(leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Prisma MRI Upgrade Purchase Description Brand Name Justification for Prisma MRI Upgrade Applicable provisions of FAR Clause 52.212-5 (Jan. 2017) (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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-174 and the solicitation is issued as a Request for Quotation (RFQ) on a restricted basis, as a total set aside for Service Disabled Veterans-owned Small Business (SDVOSB) vendors and as non-competitive (BRAND-NAME) under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. A fixed price contract type is contemplated for this requirement. 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 expected to exceed the simplified acquisition threshold. A fixed-price type of contract is contemplated for this requirement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1 / 06-15-2016. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334510-Electromedical and Electrotherapeutic Apparatus Manufacturing with associated small business size standard of 1,250 employees. (v) Background: The existing Siemens TRIO 3T MRI scanner has been the major equipment for the fMRI program at the National Institute on Drug Abuse, Intramural Research Program (NIDA-IRP). The scanner has been used to assess system-level brain structures and functions in humans and non-human primates through non-invasive means. Since it was installed over 7 years ago (in 2009), the scanner has been used for over 20 clinical research protocols investigating fundamental brain functions and neurobiological mechanisms of drug addiction. These studies have resulted in important findings, such as the first demonstration of functional connectivity alterations in cocaine users (Gu et al., 2010), the association of striatal-cingulate circuit with nicotine dependence severity (Hong et al., 2009), and the gene-environment interaction on brain circuits and hubs (Hong et al., 2010; Li et al, submitted). Purpose and Objective: The purpose of this requirement is to provide the National Institute on Drug Abuse, Neuroimaging Research Branch with a Prisma Fit Upgrade to the existing Siemens TRIO 3T MRI Scanner. The technical capability of the existing TRIO 3T MRI scanner has fallen behind state-of-the-art. The objective of this acquisition, therefore, is to upgrade the existing TRIO MRI scanner to the state-of-the-art Magnetom Prisma MRI scanner, which has substantially improved capabilities including higher signal-to-noise ratio, faster imaging speed, and higher spatial resolution. These features are essential and critical for the quality of functional MRI data that are routinely collected in NIDA-IRP's clinical imaging protocols. This upgrade offers the imaging capability required at a much lower cost to the Government than the purchase of a new MRI Scanner. Project Requirements: The Siemens Prisma 3T MRI upgrade shall be provided by an authorized service provider and reseller of the Prisma Fit Upgrade. Please see attached Purchase Description for further details. Period of performance: •Production to begin no later than date of award (estimated May 1, 2017) •Installation to begin no later than August 7, 2017 •Upgraded Systems must be fully operational no later than August 28, 2017 •Warranty period from August 28, 2017 through August 27, 2018 The following timeline is critical due to participant recruitment, enrollment and data analysis of ongoing NRB clinical studies. Please see attached Purchase Description for further details. Deliverables and Reporting requirements All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. All items shall be packaged in crates suitable for international shipping. All items shall ship by August 3, 2017. All items required for the upgrade shall arrive in a single shipment. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. All equipment must be delivered to the NIDA-IRP loading dock located at the Biomedical Research Center, 251 Bayview Blvd, Suite 200, Baltimore MD 21224 at the onset of installation. All equipment required for installation will be provided by the Contractor. The Government will provide access to the loading dock and MRI facility. All packaging shall be marked with the name, Carolina Smith, Neuroimaging Research Branch, NIDA-IRP, and the contract number. Section 508 - Electronic and Information Technology Standards: Section 508 Electronic and Information Technology Standards will be applicable for software upgrades as necessary. All electronic files submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. Additional information about testing documents for Section 508 compliance, including guidance and specific checklists, by application, can be found at: http://www.hhs.gov/web/508/index.html under "Making Files Accessible." Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under this contract/order must comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final provisions can be accessed at http://www.access-board.gov/guidelines-and-standards. Publications and Publicity: Contractor shall not, nor is required to, publish any articles of data as a result of fulfilling this requirement. Confidentiality of Information: Government will not be providing Contractor with confidential information of a personal nature about individuals. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at 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 Government may unilaterally change the COR designation at any time throughout the performance period of this contract. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2: a.The Government will evaluate all responses received on using the evaluation criteria set forth below in section (h). b.Each quote will be evaluated in strict conformity with the evaluation factors: 1) Technical approach, 2) Past Performance, and 3) Corporate Experience. Factors 1 and 2 will be pass/fail. If an offeror fails to provide required documentation to support Factors 1 and 2, no discussions will be held with the offeror, the rest of their proposal will not be evaluated, and their offer will not be considered for award. Evaluation Factor 3 will be evaluated using the following adjective ratings and no numeric point system will be used. _Excellent; _Good; _Acceptable; _Marginal; _Unacceptable; _Neutral It is the Government's intent to evaluate each proposal under the following factors in descending order of importance. Price will be considered to be of lesser importance than the technical factors. The evaluation will be based upon the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ. c.The price quoted will also be evaluated taking into consideration any price reductions, the level of effort, and the mix of labor proposed to perform the task(s) being ordered. A price reasonable determination will be made and a best value analysis will be performed. The best value analysis will take into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The analysis will document that the award represents the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. The Government reserves the right to issue an order to the best value of the Government, technical merit, price, and other factors considered. d.All aspects of a quote are subject to discussion, including price, technical approach and terms and conditions. At the completion of discussions, the contractor will ensure his technical plan and price quote reflects the mutual understandings of the requirement and if requested, submit a revised technical plan and price quote to the Contracting Officer. The technical plan should consist of the contractor's intent and approach to this particular effort, any considerations that should be made by the government, as well as any additional information that expresses the Contractor's position above others for this effort. e.The Government may request clarifying information from the schedule contractor, as it relates to its quote. f.If an award will be made without conducting discussions, schedule contractors may be given the opportunity to clarify certain aspects of their quote or to resolve minor or clerical errors. g.The Government reserves the right to make a single award, multiple awards, or no award at all as a result of the RFQ. In addition, the RFQ may be amended or canceled as necessary to meet the Government's requirements. h.Evaluation Criteria 1.Technical Approach: Ability of the Offeror to understand the Purchase Description and requirements, adequately describe the proposed approach, identify problems and potential challenges, demonstrate how all contract requirements will be met including 1) the offeror is an authorized reseller of the Siemens Prisma Fit upgrade, 2) the offeror can provide authorized Siemens trained technicians to perform the upgrade, and 3) the offeror's ability to meet the prescribed time line. 2.Past Performance: Demonstrated relevant and recent performance of the offeror and any proposed subcontractors on current and past contracts of similar size, scope. "Recent" means active contracts or contracts completed within five years from the issuance date of the NIDA solicitation. "Relevant" means active or completed contracts that required offeror to upgrade a Siemens TRIO 3T MRI Scanner to a Magnetom Prisma MRI Scanner. The offeror must submit with their proposal a list of contracts completed during the past five (5) years and / or contracts awarded currently in process that are relevant in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for relevant products or services. The Government is not required to contact all references provided by the offeror. Also, reports in the Past Performance Information Retrieval System (PPIRS) may be reviewed or references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 3.Corporate Experience: Demonstrated capability to accomplish contract requirements and extent of relevant experience in the areas covered by the Purchase Description. i.A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. j.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. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor's ability to meet the government's requirements stated in this notice and on ability to deliver required services and supplies. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. See attachment. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. The Offeror's technical approach shall indicate compliance with the Scope of Work, and describe an essential understanding of the requirements involved in accomplishing the work. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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." All responses must be received no later than the date and time specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-174. Responses must be submitted electronically to leon.wong@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Leon Wong by email at leon.wong@nih.gov or by phone at 301-480-7503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-174/listing.html)
- Place of Performance
- Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04463719-W 20170408/170406235917-8f04fa84d7bdc21dd2ccf57a8076214a (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 |