Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

R -- Extended cryogenic storage of Siemens 3T MRI Scanner

Notice Date
8/8/2016
 
Notice Type
Presolicitation
 
NAICS
493120 — Refrigerated Warehousing and Storage
 
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-NOI-16-636
 
Archive Date
9/7/2016
 
Point of Contact
Pamela J. Daugherty, Phone: 3014802467
 
E-Mail Address
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A MODIFICATION TO A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The Neurophysiology Imaging Facility (NIF) is a core resource of the National Institutes of Health (NIH) intramural research program. Initiated in 2004 primarily by the National Institute of Mental Health (NIMH), with additional contribution from the National Institute for Neurological Disorders and Stroke (NINDS) and National Eye Institute, its function is to serve as a core resource for non-human primate imaging using the method of Magnetic Resonance Imaging (MRI). The capacity to add functional and anatomical imaging to the repertoire of methods used to study the nonhuman primate (NHP) brain at NIH, aids greatly in the understanding of healthy and diseased brain anatomy, function and physiology. At present, the NIF operation is focused on a 4.7T vertical scanner purchased approximately fifteen years ago.3 To continue the cutting-edge research performed by the NIH, and to accommodate the growing need for NHP scan time, it is necessary that NIF expand its facility by adding an additional MRI scanner. This scanner is planned to occupy the annex of Building 49, which was designed from its original building to house multiple scanners. Since most commercially available scanners suitable for NHPs are human scanners, their design constraints are tailored for humans. We require that this scanner be capable of achieving high performance, which involves the addition of a specialized high-performance gradient coil insert. The new MRI scanner will be used for anatomical and functional scanning of NHPs only, and will never be used to scan humans. The scanner is currently stored by Southwest Medical Resources, Inc. while the installation site is prepared. Continued storage is required due to construction delays that have prevented the delivery and installation of the magnet. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 493120 with a Size Standard of $27.5 Million. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-85 dated August 4, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The purpose of this modification to contract HHSN271201500070A is to arrange for the extended cryogenic storage of the Siemens Tim Trio scanner and AC88 Gradient Coils. The Tim Trio scanner and AC88 Gradient Coils were purchased under original contract HHSN271201500070A. This requirement for storage was unforeseen due to delays to construction which have prevented the delivery of the magnet to NIMH. PROJECT REQUIREMENTS: Cryogenic storage capabilities Continued storage until June 2017, with two 6-month option periods through June, 2018. 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, Southwest Medical Resources is the only vendor that is capable of providing continued storage of the magnet because the magnet is too fragile to be moved. Additionally, the magnet weighs approximately 10 tons and moving it to a different storage facility would be very costly. Any handling of the magnet by a third party before final acceptance of the magnet risks voiding the warranty. Therefore, Southwest Medical Resources is the only vendor that is capable of meeting the Government's need. The intended source is: Southwest Medical Resources, Inc. 1290 East Elm Street, Suite B Ontario, CA 91761 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. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. 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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-16-636. Responses must be submitted electronically to Pamela Daugherty, Contract Specialist, at pamela.daugherty@nih.gov. U.S. 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-16-636/listing.html)
 
Place of Performance
Address: Building 49, NIH Main Campus, 49 Covenant Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04213489-W 20160810/160808234956-ca13a4a9398f27b4ef0206fa1d262f4e (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.