Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOLICITATION NOTICE

J -- Service Contract for Philips 3T MRI Scanner

Notice Date
5/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(SSSA)-16-243
 
Archive Date
6/7/2016
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION Title: Service Contract for Philips 3T MRI Scanner 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-(SSSA)-16-243 and the solicitation is issued as a request for request for quote (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 2005-87, dated April 6, 2016. This acquisition is unrestricted. The associated NAICS code is 811219 and the small business size standard is $20.5. The purpose of this requirement is to acquire a service maintenance agreement for the NIH/NINDS owned Philips 3T MRI scanner and chiller. 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) 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. Maintenance of the NIH-owned Philips 3T MRI scanner is essential to the NIH/NINDS Stroke Program. This scanner is used to scan more than 600 patients per year with symptoms suggestive of stroke and traumatic brain injury. An MRI scan is one of the primary tools used by physicians with the NIH/NINDS Stroke Team to accurately diagnose patients and an accurate diagnosis is essential to the patient receiving the most appropriate treatment and care. Scope of Work The following systems must be covered: an Achieva 3T, serial number 17031 and a chiller, serial number 23528. The contractor must provide a service and maintenance agreement that offers: •All labor and travel during standard hours of coverage (please see below for operating hours) is covered by the firm fixed priced service and maintenance agreement •The vendor must have a spare parts inventory of parts likely to be needed during the period of performance •There will be priority access to spare parts inventory •Guaranteed response time within one hour after initial service request is made. If on-site service is determined to be necessary on site response time will be no longer than four hours during standard hours of coverage. •Equipment will be guaranteed to be in working order 98% of the time •All spare and strategic parts that fail during normal use will be replaced at no additional charge •All parts utilized will be original manufacturer parts •Next day parts delivery at no additional charge •Software enhancements at no additional charge •Technicians will be manufacturer trained to work on the MRI scanner •Planned maintenance according to Philips manufacturer specifications Period of Performance June 1, 2016 through July 31, 2016 Place of Performance The equipment is located at the NIH 3T MRI Suite at Washington Hospital Center, 110 Irving St NW, Washington, DC 20010. Hours of Operation Monday through Friday 8 am EST until 9 pm EST, excluding federal holidays. Type of Contract Contemplated Firm fixed price Evaluation of Quotations 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, price and other factors considered. Offerors shall provide their proposed maintenance agreement that addresses the requirements as outlined in the scope of work. Additionally, offerors shall list their experience over the past five years servicing like equipment through maintenance agreements. The list should include type of equipment, organization, contract/purchase order number. Applicable Clauses FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. A statement that the FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. If an addendum applies, include the addenda language. A statement that the FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote shall include: list price, shipping and handling costs, delivery days after contract award, delivery terms, F.O.B. Point (Destination or Origin), and any other information or factors that may be considered in the award decision. A redacted invoice for a requirement of similar size and scope should be provided to assist in a price reasonableness determination. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by May 23, 2016, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-16-243. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted. Contact Andriani Buck at andriani.buck@nih.gov for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-16-243 /listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04119368-W 20160519/160517234717-08c21ee14602a7c4babc7bd8a2966cb5 (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.