SOLICITATION NOTICE
66 -- Medrad MRXperion MR Intravenous Injection System
- Notice Date
- 9/1/2022 1:30:39 PM
- 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
- 75N95022Q00370
- Response Due
- 9/8/2022 9:00:00 AM
- Archive Date
- 09/09/2022
- Point of Contact
- Diedra Prophet, Robin Knightly
- E-Mail Address
-
diedra.prophet@nih.gov, Robin.knightly@nih.gov
(diedra.prophet@nih.gov, Robin.knightly@nih.gov)
- Description
- (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 75N95022Q00370 and the solicitation is issued as a request for quotation (RFQ). (iii). 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. (iv). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-07, with effective date August 10, 2022. (v). The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 1000 employees. This requirement is full and open with no set-aside restrictions. (vi). The purpose of this requirement is to purchase a Medrad MRXperion MR Injection System or equal system. Product Information: 1. Medrad� MRXperion� MR Injection System , MRXP 200, Qty: 01 2. Installation - Medrad� MRXperion� MR Injection System , INS MRXP 3. 2 syringes per kit (115 mL/65 mL), large and small spike, 96� LPTC with T-con and check valve � 20 kits/box Salient characteristics include the following: 1. Syringe based fluid delivery system indicated for delivery of MR contrast media and saline in a research/clinical environment. 2. Improved Efficiencies for workflow and automated fluid delivery, protocol storage/ retrieval, on-board eGFR and weight -based dosing calculator, injection enabled when head is tilted down, interfaces with PACS/RIS and a barcode reader to accurately capture contrast information and automatically populate data fields. 3. The injector must be able to perform all tasks for patients being imagined on a 7 Tesla scanner. 4. The injector requires the least to no amount of work on the RF shield to power and support the in-scanner portion of the unit, which is a more favorable consideration. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. (vii). The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 30 days after receipt of order (ARO). Delivery will be F.O.B. destination. The place of delivery and acceptance will be 10 Center Drive, Bldg. 10, Bethesda, MD 20892. (viii). The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.htm (End of Provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of Clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility�(December 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) Invoice and Payment Provisions/Instructions for Submitting Electronic Invoices via Email (ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a) Technical capability of the item offered to meet the Government requirement:;�b) Price; and c) Past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than price. (a) 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. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x). Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi). There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii). 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. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Respondents proposing on an equal product 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. 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 quotations must be received by 12:00 P.M. Eastern, on September 08, 2022, and reference Solicitation Number 75N95022Q00370. Questions may be submitted electronically to Diedra Prophet, Contract Specialist, at diedra.prophet@nih.gov. Fax responses will not be accepted. (xiv). The name and telephone number of the individual to contact for information regarding this solicitation: Diedra Prophet, Contract Specialist, at diedra.prophet@nih.gov. Download document for additonal attachments
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5637d6f61a264f5fb181eca15f190654/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06451000-F 20220903/220901230127 (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 |