Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

66 -- MRI Coils for Mice and Rats with Animal Holders

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1103870
 
Archive Date
6/16/2012
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement herein under Simplified Acquisition Procedures. The solicitation number is 1103870. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, May 18, 2012. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 1, 2012 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov. The Food and Drug Administration is soliciting quotes to obtain MRI Coils for Mice and Rats with Animal Holders. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2012 Fiscal Year and as such, prices shall be held firm through September 30, 2012. The MRI Coils are to be compatable to a phased array for Bruker Biospec with Avance III coil interface and HWIDS coil encoding. This system consists of a modified Avance III electronics RF interface adapter and the computer support and analysis software to analyze the data from the imaging device. All components must be compatible to accomplish the magnetic resonance imaging experiment. These coils shall specifically be adapted to operate in combination with a RAPID animal holder for split phased array for rat brain and for mouse brain an actively decoupled volume transmit resonator. The coils are required for use in the seven tessla, 30 centimeter bore surface phased array technologies of the Nuclear Magnetic Resonance imaging system. Coils must be deemed original equipment compliant by manufacturer (Bruker) only customized coil construct items compatible for the type of modifications desired to NCTR's tuned, transmit-receive Bruker magnet with Avance III electronics. Modifications to NCTR's magnet must be approved and compliant with the recommendations of the manufacturer, Bruker-BioSpec 7T MR system, in order to have safe and reliable results from the appropriate designed apparatus. As such, only technology items and series of miniature phase array coils which meets requirements of the complex interface Advance III electronics and their automatic coil recognition programmed by their HWIDS chip shall be considered. Item #1 Split Phased Array for Mouse Brain - Surface phased array model - Receive Only, Actively Decoupled - 4 Channels, 2 From Top, 2 From Bottom - Split Coil Housing, Anatomically Shaped - Resonanace Frequency 300.3 MHz - Fixed Tuned - Preamplifiers - Interfaced to Bruker BioSpec with ADVANCE III software electronics, automatic coil recognition by programmed HWIDS chip This array is specifically adapted to the RAPID animal holder for split phased array for mouse brain (Item 2). It has to be driven in combination with an actively decoupled volume transmit resonator with a minimum inner diameter of 72 mm. Quantity: 1 Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #2 Animal Holder for Split Phased Array for Mouse Brain Array Holder Mechanism Adjustable Head Space Anesthesia Mask Outer Diameter 71 mm Quantity: 1 Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #3 Split Phased Array for Rat Brain - Surface phased array model - Receive Only, Actively Decoupled - 4 Channels, 2 From Top, 2 From Bottom - Split Coil Housing, Anatomically Shaped - Resonanace Frequency 300.3 MHz - Fixed Tuned - Preamplifiers - Interfaced to Bruker BioSpec with ADVANCE III coil interface and HWIDS coil encoding This coil is specifically adapted to the RAPID animal holder for split phased array for rat brain (Item 4) and an actively decoupled volume transmit resonator Quantity: 1 Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ Item #4 Animal Holder for Split Phased Array for Rat Brain Array Holder Mechanism Adjustable Head Space Anesthesia Mask Outer Diameter 71 mm Quantity: 1 Unit Price: _____________________ GSA Contract Number (if applicable): ________________________ FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Rd., Jefferson, AR 72079. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The government will award the purchase order to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government on a best value (tradeoff) evaluation basis, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. Technical capability and past performance are significantly more important when compared to price in determining the best value to the government; however, price remains a significant factor. The government will award the purchase order to the lowest price technically acceptable quote. Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirements. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1103870/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02757829-W 20120526/120525000152-e257b13ccc3fe48264b83907a69ed329 (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.