Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2015 FBO #5015
MODIFICATION

66 -- 3 Tesla MRI Systems

Notice Date
8/15/2015
 
Notice Type
Modification/Amendment
 
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-CSS-15-647
 
Archive Date
9/10/2015
 
Point of Contact
Matthew Antonini, , John Flannery, Phone: 301 435 8782
 
E-Mail Address
matthew.antonini@nih.gov, flanneryje@mail.nih.gov
(matthew.antonini@nih.gov, flanneryje@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
QUESTIONS AND CLARIFICATIONS 1.Is there interest in further development of 3D ASL dynamic non-contrast MRA and 3D ASL perfusion? There is research interest but it is not of direct relevance to the procurement. 2.Is there interest in further development of CSF flow utilizing ASL based T-Slip techniques? There is research interest but it is not of direct relevance to the procurement 3.With the advent of adverse Gadolinium retention in the brain and possibly other organs, is their interest in evaluating advances in non-contrast MRA. T-Slip, ASL? There is research interest but it is not of direct relevance to the procurement 4.Will you require an optional stimulus delivery package? Not required. 5.How will multinuclear be used, and is it a request, or is it a specification requirement? Primarily used for phosphorous imaging. It could be included as a line item option, not a requirement. 6.In section 2. Installation of MRI Systems, what/who does "A/E" stand for? A/E stands for architectural/engineering. 7.Trade-in questions: i. Date Available For Removal Contingent on approval of the design for renovations. ii. When were they Installed? Aug-Sep 2007. iii. Current software level & specific "options" by system 15.0_M4A iv. list of coils 2 X GE Split head quad coil (Model 2376114) 2 X GE 8 Channel Rx HiRes Brain Array 1 X Head Neck / HDx FP 2 X Nova 16 Channel Rx - NMSC-025-16-3T v. Are there Work Station/s? No. vi. Are the systems under System under Service Contract, by whom? Yes. They are under service contract by GE - AssurePoint In-house Standard for magnet, electronics and chiller. vii. Overall condition (scale of 1-10)? Average number of patients per day? Estimated 9/10 for overall condition. 6 subjects/day average. viii. Can the system be removed during normal business hours (Mon-Fri /8AM - 5PM)? Rigging out of systems requires road closures and would need to be done on a weekend. 8.Are there any other drawings (e.g. CAD) available? At this time, only PDF documents showing the space are available. If the drawings become available in other formats prior to the closing date of this solicitation, they will be made available upon request. 9.Would NIH entertain the purchase of two refurbished GE Discovery MR750 MRI systems or two refurbished 23X software platforms to their existing GE MRI systems? NIH would entertain these systems, assuming they are well supported and eligible for research (pulse sequence development environment, etc). 10.What is the timeline for delivery and installation of the MRI systems or MRI upgrades? We assume a 4 month timeline for design and design approval after award of the contract. 11. When is award of the contract expected? Award is expected by September 30. 12. How will source selection be done? What evaluation factors will be used? Please refer to the "EVALUATION CRITERIA" section of the original solicitation. Award will be made on the basis of best value, and the three technical factors listed are considered significantly more important than price. ADDITIONAL SITE VISIT INFORMATION Remaining site visit times are as follows: Tuesday, August 18--12:00-2:00pm Friday, August 21--7:00-9:00am No other times for site visits can be guaranteed. Additional questions that arise during site visits will be answered no later than Friday, August 21 (in the same manner as above, via amendment to this notice). Questions must be formally submitted to the contract specialist via email no later than 12:00pm on Thursday, August 20. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: [To be specified prior to award] The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in the contract The Government may unilaterally change its COR designation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-647/listing.html)
 
Place of Performance
Address: Building 10, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03840725-W 20150817/150815233252-92d9740f0680c8cac781b8740650c7c5 (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.