Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SOLICITATION NOTICE

66 -- Avance III Console Upgrade for Biospec System BT006601

Notice Date
6/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-2014-CSS-270
 
Archive Date
7/22/2014
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-CSS-270 and the solicitation is issued as an request for quotation (RFQ). 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated May 30, 2014. A notice regarding any set-aside restrictions, the associated NAICS 334517 code and the small business size standard is $14.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. Background: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard. The purpose of this project is to upgrade NIA's existing 7 Tesla30 cm Bruker Biospec MRI scanner. The current scanner is equipped with a gradient/shim set of 20cm inner diameter, designed primarily for whole-body imaging of rabbits and large rats. In the last several years this scanner has been primarily used for imaging mice. Most recently the instrument has been used for mouse brain imaging and spectroscopy. However, the image and spectral quality have been limited relative to literature results obtained and with comparable instruments. The upgrade will enhance the quality of the images and spectra that can be produced. Contractor shall provide and install Bruker Biospin Avance III Console Upgrade for Biospec System BT006601 optimized for mouse MRI to include the following: 1. Gradient/Shim Insert BGA-12S HP (Includes AV3 to AV1 GRAD and SHIM adaptors W1214364 & T117722) 2. Shim Power Supply BSPS 8 15 5, 5 amp for high order shims 3. Gradient Chiller TF7500 Equipment shall have: 1. Maximum shim strengths for each shim channel with the upgrade as follows: Z0: 12500 Hz X, Y and Z: 1800 Hz/cm Z2: 1000 Hz/cm2 XZ and YZ: 3500 Hz/cm2 X2-Y2 and 2XY: 1320 Hz/cm2 Z3: 30 Hz/cm3 Z4: 4 Hz/cm4 2. Pulsed gradient strength along X, Y and Z from 200mT/m to 480 mT/m 3. Capability to shim using 3D map-based methods (FieldMap) 4. Water cooled 5. Compatible with existing scanner hardware 7 Tesla 30 cm Bruker Biospec MRI Scanner also known as Biospec 70/30 AV1 MRI scanner Anticipated period of performance: Contractor shall deliver and install all equipment within 10 months after receipt of order. The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition; The provision of FAR clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition. 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, technical, price and other factors considered. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: 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 Dun & Bradstreet Number (DUNS), 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." All responses must be received by July 7, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-CSS-270. Responses may be submitted electronically to rodney.brooks@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SS-SA)-2014-CSS-270 /listing.html)
 
Record
SN03404248-W 20140626/140625021847-f12b4bb2ead68421498080567de59244 (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.