Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOURCES SOUGHT

J -- Maintenance Service on General Electric GE MR-750 3.0T Discovery MRI scannner

Notice Date
4/25/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-SS-2017-341
 
Archive Date
5/25/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. BACKGROUND The subject potential requirement consists of service maintenance on existing government-owned laboratory equipment manufactured by the General Electric Company, GE Healthcare Division. The required service includes coverage on one (1) existing GE Healthcare 3 Tesla (3T) MR-750 MRI Scanner (MDU009) with one (1) GE MR MR Magnet Maintenance and Cryogen (MSC28Z). The National Institute of Mental Health (NIMH) is one of 27 Institute Centers at the National Institutes of Health (NIH) committed to making important discoveries that improve health and save lives. NIMH is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The NIMH Intramural division plans and conducts basic, clinical, and translational research to advance understanding of the diagnosis, causes, treatment, and prevention of mental disorders through the study of brain function and behavior. The Functional MRI Facility (FMRIF) at the National Institute of Mental Health (NIMH) operates a Government-owned GE Healthcare 3 Tesla (3T) MR-750 MRI Scanner (i.e. FMRIF 3TC) manufactured by the General Electric Company, GE Healthcare division. The FMRIF 3TC is located in Building 10 on the NIH campus in Bethesda, MD within the in-vivo NMR Center on behalf of the intramural research programs of NIMH and NINDS. The FMRIF 3TC was installed six (6) years ago. The FMRIF 3TC is heavily utilized by researchers from NIMH as well as other NIH Institute Centers, such as NINDS and NICHD, primarily to conduct longitudinal pediatric clinical and basic research studies. The subject MRI is one of the FMRIF's most heavily used scanners and is expected to be a critical resource for federal officials and program investigators. NIMH has a potential requirement to have maintenance service performed on this system by OEM certified technicians from an authorized service provider. PROJECT REQUIREMENTS This Sources Sought notice seeks responses from qualified sources that are capable of providing the following salient service requirements of this potential government requirement deemed as the essential features needing to be achieved. Offerors to this Sources Sought notice shall possess the capability of an authorized service provider to provide certified factory-trained Original Equipment Manufacturers (OEM) technicians to perform maintenance on the subject GE MR 3.0T Discovery MR750 (MDU009) and GE MR MR Magnet Maintenance and Cryogen (MSC28Z) as described in the following work for this potential requirement. Subject equipment requires one (1) maintenance service per year to include providing the following general requirements: a. Provide simultaneous multi-slice / multi-band acquisition capability for echo planar imaging (EPI) and/or diffusion tensor imaging (DTI) b. Provide prospective motion correction capability for 3D anatomical images. c. Provide training for staff in usage of advanced hardware and software capabilities d. Take service calls for the scanner on an in-house first call basis e. Diagnose all issues that arise on the FMRIF 3TC scanner f. Repair issues that arise on the FMRIF 3TC scanner g. Function as experts regarding the maintenance, upkeep, and repair of FMRIF 3TC h. Perform regular preventative maintenance on the FMRIF 3TC scanner and support for any newly procured applications and hardware Due to the critical nature of the subject equipment the contractor must ensure the following specific requirements: 1. The contractor must have either an adequate supply of parts in stock and readily available to the service technicians or be able to obtain any required part within 24 hours of the service technician assessment. 2. The service technicians need to be factory certified. 3. All service is to be warranted for 6 months and any replacement part must have at least a 12-month warranty. 4. The contractor will supply all replacement parts as required on an exchange (good-as-new) or new part basis to maintain the equipment at Original Equipment Manufacturers (OEM's) specifications. 5. Provide coverage from 8 a.m. to 9 p.m., Monday through Friday, excluding Federal holidays at the in-house first-call level. 6. Regular scheduled maintenance inspections and adjustments shall be performed as specified by the manufacturer for all subsystems of the scanner. Scheduled maintenance shall be performed at a mutually agreed upon time. Technical support and remote diagnostics shall be provided by the Contractor 24 hours per day, 7 days per week. This telephone support shall be available within one hour of the NIH placing a service request, and service personnel will be on site the same day. 7. The Contractor shall provide a daily check of the system error logs. The Contractor assumes the responsibility for correcting problems as noted therein. 8. The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, diagnostics software license and service documentation, customer engineer training, and preferred labor rate. Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC. The service technician is to present a service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. A detailed written report of any service and\or preventative maintenance is to be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being performed. The anticipated Peroid of Performance of this potential requirement is effective on or around June 15, 2017 for one (1) base year and two (2) subsequent optional year periods of performance. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist identified in this announcement. Facsimile responses will NOT be accepted. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and electronically to NIDASSSAPurchaseRequ@mail.nih.gov, and be received prior to the closing date specified in this announcement. The response must reference the solicitation number identified in this announcement HHS-NIH-NIDA-SSSA-SS-2017-341. CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2017-341/listing.html)
 
Record
SN04484736-W 20170427/170425234848-556507a0b3f9004f81e6ea7a466869ec (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.