SOLICITATION NOTICE
66 -- Specialized set of brain coils to enable research into the metabolism of brain tumors in patients and study the effects of intervention on tumor metabolism.
- Notice Date
- 9/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- 15-053424
- Archive Date
- 9/25/2015
- Point of Contact
- Elizabeth Shanahan, Phone: 301 480-0473
- E-Mail Address
-
eshanahan@mail.nih.gov
(eshanahan@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- General Information Document Type:Combined Synopsis / Solicitation Notice Solicitation Number:15-053424 Proposed Posted Date:9/04/2015 Proposed Response Date:9/10/2105/2015 11 AM EST Classification Code:66 - Instruments and Laboratory Equipment NAICS Code:334510- Electromedical and Electrotherapeutic Apparatus Manufacturing Business Size Standard: 500 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Purchasing -ARC, 11400 Rockville Pike, Bethesda, MD 20852, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR) intends to procure specialized set of head coils to enable research into metabolism of brain tumors in patients and study the effects of intervention on tumor metabolism. Brand Name or equal from PulseTeq Limited. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 15-053424 includes all applicable provisions and clauses in effect through FAR FAC 2005-83 (August 2015) using simplified procedures for commercial items. This acquisition is a 100% small business set-aside. The North American Industry Classification System code is 334510 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The Center for Cancer Research (CCR) is the basic and clinical intramural research program of the National Cancer Institute (NCI). CCR is a distinctive community of scientists and clinicians who integrate basic research discovery with the development of novel interventions against cancer and HIV/AIDS. CCR investigators conduct high-risk, high-impact research; studies that require the type of long-term, sustained support that may not be possible elsewhere. Discoveries at the CCR have advanced our understanding of the biology of cancer and other diseases; many have been translated into new diagnostics and treatments for patients. The CCR is in current need of specialized set of head coils to enable research into the metabolism of the brain tumors in patients, and study the effects of intervention on tumor metabolism. The items required are as follows: Description: Quadrature 13C/1H Head Coil for the Philips Achieva 3.0T System Loading Phantom for 27 cm head coil Installation Services and 1-day on- site training The following Salient Characteristics must be provided: 1.Philips Achieva 3.0T MRI compatible human head coil for imaging 1H and 13C with a diameter of approximately 27 cm 2.Coil must provide for both transmission of rf power and reception of MRI signal with full interface to the MRI scanner. 3.The coils must be optimized for highest sensitivity possible to detect 13C signal and the best possible 1H sensitivity without sacrificing 13C sensitivity. 4.Required rf coil files or necessary parameters such as maximum rf power capability, rf power to B1 conversion, rf deposition, and others for use with the Philips Achieva 3.0T MRI scanner must be provided. 5.Coil must be enclosed in suitable material for human use and provide ventilation slots. 6.Easy positioning of patient head in the coil by either sliding the coil out of the way or separating the upper half of the coil. 7.Must be safe for human use. II. Delivery: Contractor(s) shall deliver the item within 4-6 months after award to: NIH/NCI Bethesda, Maryland 20852. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Requester to schedule the installation date and time. III. Installation: To be carried out by the manufacturer and shall occur within approximately one week of delivery. a. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: September 9, 2015 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (MAR 2015) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Elizabeth Shanahan, Contracting Officer at eshanahan@mail.nih.gov. SUBMISSION INFORMATION Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contracting Officer, Elizabeth Shanahan in MS Word or Adobe Portable Document Format (PDF), no later than Wednesday, September 9, 2015, 11:00 am, EST. Quotes must be submitted electronically (via email) to Contracting Officer Elizabeth Shanahan at Eshanahan@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Thursday, September 10, 2015, 11:00 am, EST. All responses must be received by the specified due date and time in order to be considered. QUOTES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: 15-053424 on all correspondence. EVALUATION The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6. PRICE QUOTE The Offeror shall prepare a price quote that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/15-053424/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03873210-W 20150906/150904235449-4d04943d793714c76c3bfa707e489ab8 (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 |