MODIFICATION
66 -- C-Arm Fluorographic Imager
- Notice Date
- 5/26/2020 6:56:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-NIA-CSS-20-006717
- Response Due
- 6/5/2020 9:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Debra C. Hawkins, Phone: 3018277751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TITLE:� C-Arm Fluorographic Imager (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-NIA-CSS-20-006717 and the solicitation is issued as a Request for Quotation (RFQ). This solicitation is issued as a total small business set-aside for the brand-name or equal product specified herein. 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�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. �(iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective May 6, 2020. �(iv) The associated North American Industry Classification System (NAICS) code: 334516�Analytical Laboratory Instrument Manufacturing, Size Standard is 1,000 Employees. � (v) C-Arm Fluorographic Imager (vi) The National Institute on Aging (NIA) requires a fluoroscopic C-Arm to use in its Intramural research initiatives. A fluoroscopic C-arm is a medical imaging system that is used to perform real time X-ray imaging in order to facilitate invasive procedures in large animals and patients, particularly for placing catheters and needles in veins, arteries, and major organs.� The Non-Human Primate (NHP) core has no live fluoroscopy imaging capability which restricts the type and scope of invasive experimental studies that can be performed, not just in the cardiovascular field, but also in other research areas.� For instance, animal protocol # 434-OSD-2021 Amend #17 includes placement of pulmonary artery (aka �Swan-Ganz�) catheters in primates to assess right and left heart filling pressures and cardiac output, as well as endomyocardial biopsies of the right heart.� Both of these invasive procedures are typically performed in patients using real-time fluoroscopic imaging to help guide the catheter and bioptome to the desired location.� The ability to perform such invasive cardiac procedures with fluoroscopic imaging will greatly increase the speed and safety with which such procedures can be performed at the NHP Core.�� The C-arm could also be used to facilitate other invasive procedures, including organ biopsies, central venous line placements, and orthopedic procedures and/or monitoring.� Therefore, the C-arm for fluoroscopy that we are proposing to purchase could benefit a number of investigators that perform large animal studies at the NHP Core. The NHP Core lab� is for the benefit of many investigators. In the last two years, approximately 10 NIA labs, 4 labs from other ICs, and more than 15 extramural investigators have utilized the resources and data from the NHPs. The NHP Core Lab first priority is ensuring animal health, and in so doing, it is possible to provide the best research data. With an on-site fluoroscopic C-arm, the NHP Core Lab will be able to perform invasive procedures faster and safer which will improve the collection of research data and help ensure the long-term survival of the animals. The intent of this action is to purchase a C-Arm Fluorographic Imager. Brand-name or equal to the GE Health-OEC: (1) Part Number: L5000BZ. Product Description: Goldseal OEC 9900 Elite� Digital Mobile Standard C-arm VAS15 (Vascular 15 Platform with 15 fps digital disk and 9�I.I. Quantity: 1 Each.� The salient characteristics of the C-Arm Fluorographic Imager are: (1) continuous fluoroscopy as the primary mode rather than pulsed to achieve a more complete image; (2) uses a Linux computer operating system which avoids the task of constantly updating Windows and� combined with GE�s reputation for service and support among local medical researchers delivers needed stability at our CORE primate center; (3) X-ray tube and generator housed separately simplifying maintenance and reducing cost of repairs; and (4) above average reliability would be considered a minimum acceptable standard since the location at an off-site core facility. (vii) Government's Anticipated Delivery: Within sixty (60) to Ninety (90) Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). �(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. 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. The factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on June 5, 2020, and must reference the solicitation number noted herein.� Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov.� Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dfbd9283d68040008b73279e0c06d21f/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05669798-F 20200528/200526230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |