SOURCES SOUGHT
66 -- Procurement of MRI Scanner Chiller System - Sources Sought 4632406
- Notice Date
- 7/5/2017
- Notice Type
- Sources Sought
- 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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-17-512
- Archive Date
- 7/27/2017
- Point of Contact
- Danielle R. Brown, Phone: 301 480 2385
- E-Mail Address
-
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought 4632406 - Procurement of MRI Scanner Chiller System Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-512 2. Title: Procurement of MRI Scanner Chiller System 3. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4. Description: 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. Background: The National Institute of Neurological Disorders and Strokes (NINDS) supports research into the causes, treatment, and prevention of neurological disorders and stroke. In 2004, NIH/NINDS Stroke Branch program purchased an Achieva 3T MRI system and placed it at MedStar Washington Hospital Center. The equipment is continually used to scan more than 600 patients annually with stroke and traumatic brain injury symptoms. It is essential that this 3T MRI system is under a service contract as the 3T MRI is the primary diagnostic tool used by physicians to accurately diagnose and perform clinical research on patients with stroke and traumatic brain injury symptoms. Purpose and Objectives: The purpose of this acquisition is to purchase a replacement chiller system for an Achieva 3T MRI Scanner for the NINDS Stroke Program at MedStar Washington Hospital Center. Delivery Schedule: Within 30 days after receipt of order (ARO). Project Requirements Purchase Description: Trade name: N/A Product Brand Name: Chiller, Glycol-KKT Protect 37%-55 Gallons Manufacturer Name: Philips Healthcare Model, Type, Catalog and or Part Number (s): 9898011271124, 989801271127 Salient Characteristics: Contractor shall provide the NINDS Stroke Program at MedStar Washington Hospital Center a replacement chiller system that is compatible with an existing Achieva 3T MRI Scanner: Item NameManufacturerManufacturer Part Number Description Chiller Philips Healthcare 98901271124 • cBoxX 60 STANDARD • maximum temp. 113°F / 45°C • minimum temp. -13°F / -25°C • coolant 37% AFN • free pumping pressure 5bar • 460V/3/60Hz voltage • 55dB(A),sound pressure • 2 pumps • expansion vessel • Remote display incl. 50m 4G2,5 Glycol - KKT Protect 37% - 55 GallonsPhilips Healthcare 989801271121KKT Protect 37% pre-mixed concentrate ethylene glycol with 55-gallon drum Delivery / Deliverables: Delivery must be FOB Destination and must include inside installation. Installation includes rigging services and removal of existing chiller. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. Contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform installation and removal of existing chiller. Other Considerations Quantity: One (1) Healthcare Chiller System (989801271121, 98901271124) inclusive of installation new and removal of existing chiller, rigging services, warranty, repairs and preventative maintenance. Contractor shall provide a one (1) year warranty on chiller system that includes repairs and OEM replacement parts. All products shall be warranted to be free from material defects in workmanship or material under normal use and service during the warranty period. Contractor shall provide an OEM certified service technician to perform repairs. Option(s): Contractor shall perform an option for Government to purchase preventative maintenance during the one (1) warranty period that includes at least one (1) site visit. Contractor shall provide an OEM certified service technician to perform preventative maintenance. Capability statement /information sought. Please provide a capability statement, this includes: • Provide evidence the respondent has performed services. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your 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. 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 project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, July 12, 2017 at 12:00PM, Eastern Standard Time. "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-01/HHS-NIH-NIDA-SSSA-SS-17-512/listing.html)
- Place of Performance
- Address: 110 Irving Street NW, Washington, District of Columbia, 20010, United States
- Zip Code: 20010
- Zip Code: 20010
- Record
- SN04567066-W 20170707/170705235327-37bd71f8d8e5f6d0a5407c41e3e1860e (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 |