Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

J -- GE MR-750 Discovery MRI scanner and GE MR Magnet Maintenance and Upgrade

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-2017-393
 
Archive Date
6/24/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780, ,
 
E-Mail Address
hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Mental Health (NIMH) intends to negotiate and award a contract for Maintenance Service and Upgrade on the General Electric MR-750 Discovery MRI scanner and GE MR Magnet to the General Electric Company. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219-Other Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $20.5 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-2005-94,2005-95 / dated 01-19-2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT Project Description Title: GE MR-750 Discovery MRI scanner and GE MR Magnet Maintenance and Upgrade. Scope of Work: General Requirements include the manufacturer shall provide maintenance service for the GE 3.0T Discovery MR-750 MRI scanner (S/N: MDU009) and the GE MR Magnet maintenance and cryogen (S/N: MSC28Z). The subject equipment requires one (1) maintenance service per year to include providing the following general requirements: a. Provide simultaneous multi-slice / multi-band acquisition capability for echo planar imaging (EPI) and/or diffusion tensor imaging (DTI) b. Provide prospective motion correction capability for 3D anatomical images. c. Provide training for staff in usage of advanced hardware and software capabilities d. Take service calls for the scanner on an in-house first call basis e. Diagnose all issues that arise on the FMRIF 3TC scanner f. Repair issues that arise on the FMRIF 3TC scanner g. Function as experts regarding the maintenance, upkeep, and repair of FMRIF 3TC h. Perform regular preventative maintenance on the FMRIF 3TC scanner and support for any newly procured applications and hardware i. OPTIONAL ITEM: Upgrade FMRIF 3TC to the latest available software platform to be included as an "OPTION ITEM" in the BASE year period of performance and will include adding the: 3D PROMO. Specific Requirements include due to the critical nature of the subject equipment the contractor must ensure the following: a. The contractor must have either an adequate supply of parts in stock and readily available to the service technicians or be able to obtain any required part within 24 hours of the service technician assessment. b. The service technicians need to be factory certified. c. All service is to be warranted for 6 months and any replacement part must have at least a 12-month warranty. d. The contractor will supply all replacement parts as required on an exchange (good-as-new) or new part basis to maintain the equipment at Original Equipment Manufacturers (OEM's) specifications. e. Provide coverage from 8 a.m. to 9 p.m., Monday through Friday, excluding Federal holidays at the in-house first-call level. f. Regular scheduled maintenance inspections and adjustments shall be performed as specified by the manufacturer for all subsystems of the scanner. Scheduled maintenance shall be performed at a mutually agreed upon time. Technical support and remote diagnostics shall be provided by the Contractor 24 hours per day, 7 days per week. This telephone support shall be available within one hour of the NIH placing a service request, and service personnel will be on site the same day. g. The Contractor shall provide a daily check of the system error logs. The Contractor assumes the responsibility for correcting problems as noted therein. h. The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. i. The contractor will also provide all hardware and software capable of bringing the system to the state of the art, with capabilities to perform prospective motion correction, and simultaneous multi-slice imaging. Purpose and Objectives The goal of this procurement is to obtain contractor support by an authorized provider to procure service maintenance on existing government-owned laboratory equipment manufactured by and previously purchased from the General Electric Company, GE Healthcare Division. The authorized service provider shall perform a service agreement carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. The contractor shall provide service and maintenance for all portions of the FMRIF 3TC scanner to ensure operation of the scanner at optimal performance. This includes the scanner computer system, gradient and RF amplifiers, transmit and receiver subsystems, peripheral gating modules, shim power supplies, gradient and RF coils, magnet, cryogen monitoring and cryogen fills. The Functional MRI Facility (FMRIF) at the NIMH operates a Government-owned GE Healthcare 3 Tesla (3T) MR-750 MRI Scanner (i.e. FMRIF 3TC) manufactured by the General Electric Company, GE Healthcare division. The FMRIF 3TC is located in Building 10 on the NIH campus in Bethesda, MD within the in-vivo NMR Center on behalf of the intramural research programs of NIMH and NINDS. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The contractor shall: 1) Provide maintenance support and guidance for the hardware and software on this system and to support the on-going basic science and clinical research performed on this system; 2) Provide an upgrade of the 3TC scanner to the most current hardware and software capabilities, and provide maintenance coverage, repair, and technical support for the hardware and software to be installed on this scanner as an optional item. Period of Performance The Period of Performance shall be effective for one (1) base year and two (2) option years for maintenance service on or around June 19, 2017 through June 18, 2018 as a Fixed-Price type of contract. 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. 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 proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount for the base year including any options or optional performance periods. 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." 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. 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. All responses must be received by June 9, 2017 at 4pm Eastern and must reference number HHS-NIH-NIDA-SSSA-PSOL-2017-393 on all correspondences. Responses must be submitted electronically to Mr. Hunter Tjugum at hunter.tjugum@nih.gov and must reference HHS-NIH-NIDA-SSSA-PSOL-2017-393 on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2017-393/listing.html)
 
Record
SN04522214-W 20170527/170526000307-c9576abdefccb7b74593ed245b03c33c (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.