Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOURCES SOUGHT

J -- Service for Siemens Medical Systems 3T Magnetic Resonance Imaging (MRI) Scanner

Notice Date
7/15/2014
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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)-14-460a
 
Archive Date
8/9/2014
 
Point of Contact
Brian Lind, Phone: 3014021635
 
E-Mail Address
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) Division of Intramural Research, is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NIH MRI Research Facility (NMRF) owns and operates a Siemens 3T Magnetom Skyra MRI Scanner. The servicing of this instrument requires specialized knowledge of a variety of pieces of equipment that are Siemens products. These include, but not limited to, the following equipment: Large bore superconducting magnet, gradient/shim/RF coils, gradient/RF amplifiers, RF receivers, T-R switches and data processing units. This MRI scanner is essential to the NMRF to provide the resources for the NIH scientific community for the study of neurological and psychiatric diseases using high-field MRI techniques. Statement of Objective To procure a new service agreement for the MRI Scanner that will ensure timely service and maintenance by specially trained Siemens service engineers. Scope of Work The contractor shall provide service and maintenance for all portions of the above Siemens 3T Magnetom Skyra MRI scanner in order to ensure operation of the scanner at maximum performance. This includes but not limited to the scanner computer system, gradient and RF amplifiers, transmit and receiver subsystems, peripheral gating modules, shim coils, magnet, cryogen monitoring and cryogen fills, power supplies, gradient and RF. Specifically the contractor shall: 1. Supply all replacement parts as required on an exchange (good-as-new) or new part basis in order to maintain the equipment at Original Equipment Manufacturer's (OEM's) specifications. 2. Locate a service engineer during the coverage period 8am-6pm, Monday through Friday to assure efficient service of the scanner. 3. Standard Coverage: The Contractor shall provide on-site remedial service and maintenance during normal working hours (from 8:00 AM to 6:00 PM local prevailing time, Monday through Friday). On-call backup service support shall be provided when the on-site service engineer is not available (e.g. holidays, vacations, illness, and training periods). The on-call backup service engineer shall be on the site within three hours of the NIH placing a telephone service request. 4. Regular scheduled maintenance inspections and adjustments shall be performed as specified by the manufacturer for all subsystems of the scanner. Scheduled maintenance shall be performed at a mutually agreed upon time Monday through Friday). 5. Technical support and remote diagnostics shall be provided by the Contractor 24 hours per day, 7 days per week. This telephone support shall be available within one hour of the NIH placing a service request. 6. The Contractor shall provide a daily check of the system error logs. The Contractor assumes the responsibility for correcting problems as noted therein.   7. The Contractor shall provide upgrade services for the scanner and accessories on an as needed basis. The upgrades shall be subject to the Changes Clause, FAR 52.243-1, Alternate II. Upgrade services include, but are not limited to: delivery/installation of hardware or software, and reconfiguration of the system. The Contractor shall provide all hardware and software necessary for requested upgrades. The Contractor shall continue to provide maintenance of the system as upgraded. 8. Contractor Responsibilities: The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. 9. Interchangeability of parts is required, (NRCC Wash C8)(Oct 1992). All replacement/spare parts and supplies to be furnished by the Contractor under this contract shall be guaranteed to be equal in all respects (including performance, interchangeability, durability, and quality) to parts specified by the OEM. 10. This contract will allow the future flexibility to procure hardware and software upgrades as deemed necessary for the system to function at the highest quality of performance. DELIVERY OR DELIVERABLES Technician certifications must be provided for all service engineers assigned to the NIH MRI Research Facility. A written summary report should be turned in within 24 hours of any service or preventive maintenance visit. Capability statement /information sought. The respondent response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically (facsimile responses are NOT accepted) to: Brian J. Lind Contract Specialist NIH\NIDA\SSSA lindbj@nida.nih.gov The response must be received on or before July 25, 2014, 10:00 AM (EST). Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-14-460a/listing.html)
 
Place of Performance
Address: National Institutes of Health, Clinical Center, 10 Center Drive, Buildiong 10, Room 1069, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03425380-W 20140717/140716021746-dfeb9d74e621b635d620e840a406ae79 (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.