Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

66 -- X-Ray Imaging System

Notice Date
7/31/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NIHOD2008089
 
Point of Contact
Marcia - Goldman, Phone: 301-496-2302
 
E-Mail Address
goldmanm@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The current solicitation number is NIHOD2008089 and is issued as a Request for Quotation (RFQ). This acquisition is being conducted under Simplified Acquisitions Procedures in accordance with FAR part 13. The NAICS code for this requirement is 334516 with a size standard of 500 employees. This is a 100% small business set-aside. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. The National Institutes of Health (NIH), National Institute on Aging has a requirement for a commercially available X-Ray Imaging System. This system shall include the following capabilities to be used with small animals, such as rodents. The system shall include the following characteristics: 1.X-Ray source of 10 watts, or better. 2.X-Ray source with 5-micrometer spot size, or better 3.Shall include up to a 100-kilovolt source, continuously variable peak energy, or better. 4.X-Ray detector of 10 mega pixels with detail detectability of 9-14 micrometers, or better. 5.Host computer. 6.Site license for reconstruction software, allowing for studies and analysis of previous renderings concurrently. 7.Shall include software updates for the lifetime of the system. 8.Reconstruction algorithm shall be modified Feldkamp, or better. 9.Shall include breathing-cardiac gating. 10.Delivery shall be within twenty (20) weeks from award, or rationale for alternate timing, shall be included. 11.Installation, training, and a 1-year warranty, or better, shall be included. The X-ray Imaging System shall be delivered and installed at: Gerontology Research Center 5600 Nathan Shock Drive Baltimore, MD 21224 The following provisions and clauses apply to this acquisition: Far Clause 52.212-1, Instructions to Offerors - Commercial; FAR clause 52.212-2, Evaluation - Commercial Items. FAR Clause 52.212-3, Offeror Representatives and Certifications – Commercials Items; FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items. In paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, the following clauses will apply: 52.222-3, 52.222-19, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, and 52.225-13. Offerors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. This provision may be obtained at http://www.arnet.gov/far The X-Ray Imaging System will be obtained from the contractor that can provide this system in the manner that represents the best value for the Government’s needs. The NIH will evaluate the quality, completeness, and relevance of the quotes. As stated in the 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 the most advantageous to the Government, price and other factors considered.” The following evaluation criteria will be considered, in order of importance, for determination of best value: 1. Meets Technical Specifications and Characteristics, ( 50%) 2. Cost/Price, (30%) and 3. Delivery Requirements (20%). All responsible small business may submit a quote (see evaluation factors), including unit pricing information, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, their F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), their Taxpayer Identification Number (TIN), their certification of business size, and must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. Inquiries regarding this procurement may be made to the Office of Acquisition, Office of Logistics and Acquisitions Operations, 6011 Executive Blvd., Room 539A, Rockville, Maryland 20892, Attention: Marcia Goldman. Or email to GoldmanM@od.nih.gov within 15 calendar days from the publication date of this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5a40f2b560c3f54399baa8f9ce92ef9&tab=core&_cview=1)
 
Record
SN01628112-W 20080802/080731223531-a5a40f2b560c3f54399baa8f9ce92ef9 (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.