Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2014 FBO #4598
SOLICITATION NOTICE

J -- Service and Maintenance of 4.7T Bruker BioSpin Vertically Oriented Scanner

Notice Date
6/25/2014
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-14-347
 
Archive Date
7/25/2014
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Bruker BioSpin Corporation for service and maintenance of a 4.7T Bruker BioSpin vertically oriented scanner without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30,2014. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1. DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this requirement is acquisition of a service contract with parts support and gradient service plan for the 4.7T Bruker BioSpin scanner. This system is required by the National Institute of Mental Health (NIMH) Neurophysiology Imaging Facility (NIF) to support studies in which monkeys are able to sit upright and perform behavioral tasks while being scanned. Period of Performance Service shall be for a period of performance of 12 months after receipt of award. A firm fixed price purchase order is contemplated. Project Description The Contractor must be able to provide the following: 1.Contractor will provide telephone support for diagnosis of covered equipment malfunction(s). 2.Contractor will provide replacement parts as required on an exchange (refurbished) or new part basis, at contractor's discretion. 3.Contractor will provide material for engineering changes that the contractor develops and determines to be appropriate for the instrument. 4. For each system in the table of covered equipment, the contractor will provide software updates for applications software required to operate the covered equipment, as these are updated. 5.Contractor will provide reasonable notification of the existence of the "bug(s)". Software defects or other significant problems will be corrected as soon as possible. 6.When a service call is initiated, the contractor will contact NIF to gain a more complete understanding of the problem, recommend diagnostic tests and, interpret the results with NIF. 7.If the diagnostics indicate that material is required, the contractor will arrange for shipment. 8.The contractor will contact NIF to determine the status of the instrument. 9.If the replacement material resolved the problem, the defective material will be returned to the contractor. 10.If the replacement material did not resolve the problem, the contractor together with the NIF will mutually determine the best next step. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, only Bruker BioSpin Corporation (Bruker) is capable of meeting the needs of this requirement due to standards set by Bruker that no third party providers are permitted to service the equipment. The NIMH is currently using a Bruker 4.7T vertically oriented scanner for the cutting edge functional imaging in awake monkeys for a broad range of investigators. Scanning in the facility involves the use of a 4.7T Bruker vertically oriented scanner, specialized for monkeys seated upright. Considerable effort has been made so that brain scans can be accomplished in monkeys that are awake and performing a behavioral task. This goal has provided a number of challenges, since it requires that all the equipment, implants, and task-related elements of the research are fabricated from plastic, fiberglass, or other MR-compatible material. Monkey imaging is particularly challenging because their heads are small, and the required spatial resolution is therefore much higher than in humans. Alert monkey scanning poses a particular set of challenges for functional imaging. The comparatively small head combined with the frequent movements in the chair, most notably of the jaw during juice acquisition, and of body during postural readjustments, result in frequent dynamic geometrical distortions and signal dropout. Therefore, only Bruker can meet the needs of this requirement. The intended source is: Bruker BioSpin Corporation 15 Fortune Drive Billerica, MA 01821 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Megan Ault, Contract Specialist, at megan.ault@nih.gov. US Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-14-347/listing.html)
 
Place of Performance
Address: Building 49 Room B2-100, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03405907-W 20140627/140625235020-ac585654dd44afc3f86a564bbe12faf9 (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.