SOLICITATION NOTICE
65 -- Whole Body Composition Analyzer
- Notice Date
- 6/1/2022 4:38:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-22-124
- Response Due
- 6/16/2022 8:00:00 AM
- Archive Date
- 07/01/2022
- Point of Contact
- GRIFFIN, VERNE L, Phone: 3015947730, Patricia Haun, Phone: 3014437786
- E-Mail Address
-
verne.griffin@nih.gov, Haunp@mail.nih.gov
(verne.griffin@nih.gov, Haunp@mail.nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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 number is NICHD-22-124 and is issued as a Request for Quotation (RFQ).� The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-04.� The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500.� It is the intent of The National Institutes of Health (NIH), Eunice Kennedy Shriver, National Institute of Child Health and Human Development in support of National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to award a purchase order, as a notice of intent, to EchoMRI LLC, 14781 Memorial Drive, #222 Houston, TX 77079 to acquire EchoMRITM Whole Body Composition Analyzer. The NIDDK Mouse Metabolism Core needs a high precision and accuracy MRI body composition analyzer for mice weighing up to 100 g. The analyzer should measure the whole-body fat, lean, free water, and total water masses in live unrestrained and unanesthetized mice with measuring time not exceeding 3 min per scan. This analyzer will allow NIDDK investigators to perform pre-clinical studies to identify new genetic and environmental factors contributing to obesity and to develop anti-obesity therapies, one of the NIDDK mission goals. The following requirements are needed for the MRI body composition analyzer for measuring fat, lean and water masses in live non-anesthetized mice ������������� The analyzer should allow horizontal loading of mice ������������� The analyzer should allow testing of mice up to 100 g ������������� Horizontal loading of mice Includes: � EchoMRI specimen holders o Qty 1 x 20g holder o Qty 1 x 40g holder o Qty 1 x 60g holder � EchoMRI system test and calibration samples � Remote system installation and operational training � 1-Year comprehensive system warranty and application support including parts, labor, and shipping � 1-Year remote system performance monitoring TASK AREAS Task Area 1 � Delivery- The Body Composition Analyzer will need to be delivered to Building 8, Room B2A11 no later than 6 weeks after receipt of purchase order. The machine will be housed in Building 8, Room B2A05 however this room is primarily locked so it will be delivered to the main lab, Building 8, Room B2A11. Task Area 2 � Shipping- Door-to-door delivery DAP (shipping included delivery at place, duty unpaid globally) including handling, shipping, insurance, and removal of shipping debris. Task Area 3 � Installation- The Body Composition Analyzer will be installed in Building 8, Room B2A05. The system installation should be performed remotely. Task Area 4 - Software, Warranty, Maintenance-1-Year comprehensive system warranty and application support including parts, labor, and shipping and 1-Year remote system performance monitoring Task Area 5 � Training- Training should be performed remotely with 1-2 weeks� notice The offeror must include a completed copy of the following provision�s along with their quote:� FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items; FAR Clause 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment; FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items: Evaluation Factors (1) technical capability to provide all services/consumables, etc; (2) price; and (3) past performance. Technical capability and past performance, when combined, are significantly more important than cost/price; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition, apply to this acquisition. The offeror must include their Unique Entity ID: (UEI), the Taxpayer Identification Number (TIN), and the certification of business size.� The clauses are available in full text at http://www.arnet.gov/far .� Interested vendors capable of providing the Government with the services specified in this synopsis should submit their quotation to the below address.� Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or June 16, 2022, at 11:00 AM.� The quotation must reference �Solicitation number� NICHD-22-124.� All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.� Quotations must be submitted by email to Verne l. Griffin at verne.griffin@nih.gov .��� Faxed copies will not be accepted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/52d4881d8d80436499dbcefc38fcce18/view)
- Record
- SN06344439-F 20220603/220601230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |