SOLICITATION NOTICE
65 -- MRI Compatible Video Monitoring System
- Notice Date
- 3/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-(HL)-2012-055-DEL
- Archive Date
- 3/24/2012
- Point of Contact
- Deirdre Lyons, Phone: 3014359068
- E-Mail Address
-
deirdre.lyons@nih.gov
(deirdre.lyons@nih.gov)
- Small Business Set-Aside
- N/A
- 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 NHLBI-CSB-(HL)-2012-055-DEL and the solicitation is issued as a request for quotation (RFQ). III. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-055. The total contracted dollar amount will not exceed the simplified acquisition threshold. IV. The North American Industry Classification (NAICS) Code is 334310 and the business size standard is 750 employees. The market research conducted by the Government in FedBizOpps has determined that there are not two or more small businesses with the capabilities to satisfy this requirement. Therefore, there are no socio-economic set-aside restrictions for this requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. V. The National Heart, Lung and Blood Institute (NHLBI), Office of Acquisitions (OA), has a requirement for the NHLBI, Cardiovascular and Pulmonary Branch for an MRI Compatible Video Monitoring System. VI. The statement of work is as follows: BACKGROUND INFORMATION: The NHLBI requires an MRI compatible video monitoring system, which allows MRI technicians to monitor patients undergoing MRI procedures. Video monitoring reduces the radio frequency electromagnetic radiation that would be caused by a window to the MRI room. Since there are no windows between the control room and the scan room, the system will provide the only visual contact between the technician and the patient. A high quality system must be used because a low quality system could compromise patient safety. PURPOSE AND OBJECTIVES OF THE PROCUREMENT: The purpose of this procurement is to purchase an MRI Compatible Video Monitoring System. CONTRACTOR REQUIREMENTS: The contractor shall provide an MRI Compatible Video Monitoring System that meets or exceeds the requirements stated below: Equipment Requirements: 1. Wide field and telephoto digital video cameras in the scan room: a. High sensitivity video systems with consistent low light monitoring. b. Wide field video system that shows entire scan room. c. Telephoto video system that focuses on patient within bore of the magnet. d. Camera from the rear of the scanner. 2. Remote monitoring of all video cameras: a. At least one large screen display, 40 inch diagonal or larger, installed above MRI technician scanner console, that can display all camera angles simultaneously. b. Second remote screen display installed in nurses’ office on other side of scanner. c. Video camera output that can be displayed on more than one LCD monitor. 3. Radio Frequency Shielding: a. Adequate shielding to prevent radio frequency and other noise on the MRI scanner (1.5T or 3T). Other Requirements: 1. Delivery and Installation: a. Delivery will be coordinated with NHLBI and Health Care Design Builders’ construction schedule for the new MRI installation. The estimated timeframe for delivery is May – June 2012. b. System installation is required and the selected contractor must coordinate with the construction team that will be installing the MRI magnet. 2. Training: a. The contractor must provide training to MRI technicians on the proper use of the video monitoring system. 3. Warranty: a. The contractor must provide at least a one year warranty. VII. The estimated delivery date is May—June 2012. The contractor must coordinate delivery with NHLBI and Health Care Design Builders’ construction schedule for the new MRI installation. VIII. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. IX. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. 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. X. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. XI. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. XII. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). XIII. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. XIV. Responses to this request for quotation are due on March 9, 2012 by 8:00 a.m. eastern standard time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate quotes and award a contract without discussions with the Offerors. Therefore, the initial quote should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2012-055-DEL. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, DERA, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. XV. For additional information contact Deirdre Lyons by email at address Deirdre.lyons@nih.gov or by telephone at 301-435-9068.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2012-055-DEL/listing.html)
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02687722-W 20120304/120302234443-6c1646915c965a066c6479c571a598ff (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 |