Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2023 SAM #7712
SOLICITATION NOTICE

J -- MRI Service Contract

Notice Date
1/6/2023 11:45:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-23-061
 
Response Due
1/20/2023 8:00:00 AM
 
Archive Date
02/04/2023
 
Point of Contact
GRIFFIN, VERNE L, Kimesha Leake
 
E-Mail Address
verne.griffin@nih.gov, Kimesha.leake@nih.gov
(verne.griffin@nih.gov, Kimesha.leake@nih.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation, and a separate written solicitation will not be issued.� This solicitation number is RFQ-NICHD-23-061 and is issued as a Request for Quotation (RFQ).� The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-01.� The North American Industry Classification (NAICS) Code is 811210 with a size standard of $34.0M.� This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.� The National Institutes of Health, The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney-Disease (NIDDK) has a requirement to procure on a sole source basis with Philips Healthcare, 22100 Bothell Everett Hwy, MS 665 Bothell, WA 98041 to procure a NIDDK MRI Service Contract. The NIDDK Biomedical and Metabolic Imaging Branch�s research is focused on improving and developing new medical imaging methods that would give more information about the health of the heart, liver and other organs in people who might have problems with their metabolism such as obesity. The branch aims to develop noninvasive imaging approaches with high spatial (micro-millimeter) and temporal (milliseconds) resolution that allow multi-organ evaluation and analysis to better understand the interplay between atherogenesis and metabolic syndrome in humans. This is being achieved through new chemical spectroscopic techniques of involved organs (e.g. liver, heart and muscles) and improved imaging methodologies such as the development of free breathing methods (important for kids and adolescents) and high contrast techniques without the use of contrast agents. The objective of this request is to purchase a service agreement for the maintenance of the NIDDK MRI machine. NIDDK purchased the MRI machine that is used for metabolic imaging.� Thus, to protect the integrity and usability of the MRI without interruption, we expect a continuation support to be provided within 4 hours after initial contact. This contract also provides proactive monitoring and one Preventative Maintenance Service visit, which is crucial for the long-term, successful use of this highly used instrument.�� REQUIRED FEATURES AND SPECIFICATIONS The service agreement must include the following: 1.������� Priority scheduling for service calls and access to spare parts inventory 2.������ Priority Remote Service response (requires connection to Philips ������� Remote Services � network). 3.������ All labor and travel during standard hours of coverage ? Mon?Fri 8am ? ��� 9pm, excluding holidays. 4.������ One-hour initial response with four hour on?site response. 5.������ All spare and strategic parts that fail during normal use. (If Applicable: X?Ray Tubes, Image Intensifiers, Detectors, PMT, MMP Package, ��� Surface Coil 6.������ Parts Delivery Earliest Next Day 7.������ Lifecycle Catalogue discount of 20% excluding UPS. 8.������ Equipment Planned Maintenance services per Philips manufacturer ����� specifications performed during standard hours of coverage 9.������ Proprietary operating system software enhancements without ��������� hardware �� changes (excludes software upgrades) 10.����� Unlimited Technical Services (24x7) & Clinical Applications Telephone Support (Mon?Fri 8am ? 9pm) 11.������ Remote Service Support (includes Remote Desktop). 12.����� Remote Proactive Monitoring (requires connection to Philips Remote ����� Services network). 13.����� PSI, Customer Loyalty Meeting (Annually). TASK AREAS Service Agreement Terms � The Contactor shall provide maintenance in accordance with the Protection Right Fit Imaging Service Agreement. The specifications of the agreement have been detailed above. PERIOD OF PERFORMANCE The period of performance for this requirement is: Base Period (Only): 2/4/2023 � 2/3/2024. The offeror must include a completed copy of the following provisions:� 1) FAR Clause 52.212-1 Instructions to Offerors � Commercial items; 2) FAR Clause 52.212-2, Evaluation � Commercial Items.� As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered.� The following factors will be used equally to evaluate offers:� Technical Evaluation, Price, and Past Performance.� The Government will make award based on Best Value. Note:� Past Performance Information:� Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation.� Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns.� Include the following information for each contract or subcontract: Name of Contracting Organization Contract Number (for subcontracts provide the prime contract number and the subcontract number) Contract Type Total Contract Value Description of Requirement Contracting Officer�s Name and Telephone Number Program Manager�s Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions.� The DUNS Number is no longer valid for federal award identification, the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov .� The clauses are available in full text at http://www.arnet.gov/far. NOTE TO CONTRACTOR: The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address.� Quotations will be due 11:00AM EST January 20, 2023.� Offerors shall send the quotation/proposal to Verne Griffin at verne.griffin@nih.gov. The quotation must reference Solicitation number RFQ-NICHD-23-061. �All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.��� Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Vendor/Contractor�s (UEI) the Unique Entity ID from SAM.gov is now the authoritative identifier for those doing business with the federal government. The DUNS Number is no longer valid for federal award identification, the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov .� The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1a7f6baccb1431e886393426693f9ed/view)
 
Record
SN06558157-F 20230108/230106230100 (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 |
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.