SOLICITATION NOTICE
66 -- MRI MAGNET REPAIR OR REPLACEMENT FOR THE NATIONAL INSTITUTE OF NEUROLOGICAL DISORDERS AND STROKE
- Notice Date
- 9/16/2016
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-16-695
- Archive Date
- 10/6/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- MRI MAGNET REPAIR OR REPLACEMENT FOR THE NATIONAL INSTITUTE OF NEUROLOGICAL DISORDERS AND STROKE FedBizOpps Solicitation No. HHS-NIH-NIDA-SSSA-NOI-16-695 INTRODUCTION This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) SOLICITATION TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a contract to Agilent Technologies, Inc. located at 2850 Centerville Road, Wilmington, DE 19808-1610 without providing for full and open competition. The award shall be for repair or replacement of a 17.6 Tesla Magnet. REGULATORY & STATUTORY AUTHORITY 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- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1, dated August 15, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is based upon the market research conducted as prescribed in FAR Part 10--Market Research. Specifically the National Institute of Neurological Disorders and Stroke (NINDS) purchased a 17.6 Tesla Magnet with 210 Millimeter Inner Bore for magnetic resonance imaging of animal models from Agilent Technologies, Inc. in Fiscal Year 2008 via contract number HHSN271200800812P. The magnet requires additional efforts at this time which may only be completed by the original manufacturer as the magnet is proprietary to this contractor. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) purchased a 17.6 Tesla Magnet with 210 Millimeter Inner Bore for magnetic resonance imaging of animal models from Agilent Technologies, Inc. in Fiscal Year 2008 via contract number HHSN271200800812P. The ordered magnet did not meet specifications. At this time, repair sufficient to ensure the magnet reaches original specifications or complete replacement of the magnet with a new system is required. Purpose and Objectives The purpose of this requirement is to procure the repair or replacement of a 17.6 Tesla/210 Millimeter Inner Bore Magnet for Magnetic Resonance Imaging to complete the requirement begun in Fiscal Year 2008 via contract number HHSN271200800812P. Project Description The Contractor shall provide repair or replacement of the 17.6 Tesla/210 Millimeter Inner Bore Magnet for Magnetic Resonance Imaging that was originally ordered via contract number HHSN271200800812P. The repair or replacement magnet shall meet the following minimum specifications: Magnetic Field Specifications: 1.The main magnetic field must reach a target field strength of 17.5T. 2.Magnetic field drift must be less than 0.03 ppm/hour over a 72 hour period. 3.Magnetic field must have homogeneity that is less than 10PPM over 100mm dsv and less than 5 ppm over 100 mm dsv and less than 0.1 hhlw over 70 mm dsv3. Superconducting shims should meet the 10 PPM over 100mm dsv and passive shims can be added if necessary to make the 5 PPM over 100 mmdsv and 0.1hhlw over 70 mmdsv specifications. A passive shim tube will be supplied if necessary to demonstrate specifications and the vendor will work with NIH to maximize passive shimming in an NIH provided gradient if necessary. 4.The unshielded fringe field at the 5 gauss contour must be less than 16.8 meters axially from the magnet center and less than 13.3 meters radially from the magnet center. Physical Specifications of Magnets: 1.The inner bore diameter must be a minimum of 180mm and a maximum of 210mm. 2.Hold time for helium under normal operation of the magnetic field and cryocoolers should be greater than 185 days. The helium boil off rate and refill volume required should be specified in the proposal. 3.It is expected that the magnet will need to be kept below 2.5 degree Kelvin and a modern cryostat with cryo-refigerators should be supplied to meet the minimum old time for helium and to minimize the helium boil off rate. A modern pumping station must be supplied to maintain the necessary magnet temperature with a redundant pump and appropriate monitoring of temperature, pressure, and liquid helium levels in the cryostat. Warranty: The magnet and all cryostat related systems must be warranted for one year. Installation: The magnet will be sited in the Porter Neuroscience Research Center in Room BD912. The site has a passive steel shield and the room has been designed to accommodate the existing magnet. Detailed drawings can be made available upon request. There is a route from street level to the site of the magnet and detailed information for this route can be made available upon request. If there are substantial changes in the dimensions of the magnet due to repair or replacement the manufacturer must agree to give detailed drawings so that NINDS can accommodate any changes required at the site. If site changes are required for the repaired or replaced magnet the manufacturer agrees to take responsibility for any on-site renovations required. The manufacturer must provide for all costs associated with installation which include transportation and rigging into the site, installation of the magnet and related systems associated with the magnet such as the cryocoolers, pumping station, and connection to the existing quench vent as well as all cryogen costs associated with energization and demonstrating specifications of the magnet. Delivery/Period of Performance Delivery shall be completed within no more than three (3) years following date of award. Place of Performance: All efforts for this requirement shall take place at the following location: NIH Porter Neuroscience Research Center 35 Convent Drive Bethesda, MD 20892 Contract Type A firm fixed price contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE INSTRUCTIONS Response to this non-competitive solicitation for Agilent Technologies, Inc. must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1)Technical Capability The Offeror shall detail in its technical proposal how its proposed repair or replacement solution meets or exceeds each of the project requirements. Technical approach shall be evaluated to determine how the proposed solution meets or exceeds each of the above-detailed requirements. 2)Delivery The Offeror shall detail in its technical proposal how it shall meet the delivery requirements. Quotations must include a delivery lead time and shall be particularly evaluated for ability to meet or exceed delivery schedule needs indicated in this document. 3)Past Performance The Offeror shall provide an example of at least one (1) contract or purchase order completed during the past five (5) years, similar in size and scope to the requirements outlined in this Statement of Work. Please include the following information for the contract or purchase order listed: a.Name of Contracting Organization Served b.Description of Requirement / What Was Supplied c.Total Contract Value d.Contract Period of Performance / Delivery Timeframe Past Performance shall be evaluated for relevance to the current requirement. Contractor responses shall be evaluated using overall adjectival ratings of "Excellent," "Very Good," "Good," "Fair," and "Poor." APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (October 2015), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2016), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." Please see the attached Appendices A, B, C, and D with additional information regarding the above clauses and provisions. CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-695. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-695/listing.html)
- Record
- SN04276718-W 20160918/160917000222-a374d67c196beb4b4b998056e5a5ecfd (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 |