Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SPECIAL NOTICE

J -- Preventative maintenance services for a GE Healthcare Discovery MI DR PET/CT Scanner

Notice Date
2/12/2024 6:50:29 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH Bethesda MD 20892 US
 
ZIP Code
20892
 
Solicitation Number
75N91024NOI6789151
 
Response Due
2/16/2024 9:00:00 AM
 
Archive Date
03/02/2024
 
Point of Contact
Miguel Diaz, Phone: 2402765439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Branch (MIB) intends to procure, on a sole source basis, preventive maintenance services for one (1) Government-owned GE Healthcare Discovery MI DR PET/CT scanner, System ID: 301594DR710 from GE Healthcare of�3000 North Grandview Blvd, Waukesha, WI 53188. This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). The North American Industry Classification System (NAICS) code is 811210 and the business size standard is $34 million. TITLE Preventative maintenance services for a GE Healthcare Discovery MI DR PET/CT Scanner BACKGROUND The Molecular Imaging Branch (MIB) at the National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), requires preventative maintenance services for a GE Healthcare Discovery MI DR PET/CT scanner. This scanner has proven invaluable, as it is utilized as part of the clinical effort at the MIB to scan clinical research patients for diagnostic purposes. The scanner includes a DQA imaging phantom to evaluate, analyze, and tune the performance of this diagnostic device. The scanner must be calibrated accurately and maintained according to the manufacturer�s specifications. Any deviations could result in impaired diagnostics and compromise the integrity of data for ongoing clinical studies. SCOPE The Contractor shall provide all labor, material, and equipment necessary to maintain and provide preventive maintenance for the following equipment: one (1) GE Healthcare Discovery MI DR PET/CT scanner, System ID: 301594DR710; to include maintenance of the DQA Phantom device; and system and tube coverage of up to 3,000 patients. The Contractor shall commit to an uptime percentage of at least 97% of the Discovery MI DR PET/CT scanner. The system shall allow the Government to monitor uptime and conduct quality controls on a daily, monthly, and quarterly basis, at no additional cost to the Government. All maintenance services shall be performed on-site in accordance with the Original Equipment Manufacturers (OEM) most current standard commercial maintenance practices. Onsite and emergency services shall be provided during standard business hours (defined as 8:00 am � 5:00 pm EST, Monday through Friday) and during extended hours (5:00 pm � 9:00 pm EST, Monday through Friday) excluding Federal Holidays found at www.opm.gov/policy-data-oversight/pay-leave/federal-holidays for any issues not able to be resolved remotely. Software updates/services may be provided remotely as applicable. All travel, labor, materials, and related charges shall be included in the purchase order price. TYPE OF ORDER This shall be a Firm Fixed-Price Purchase Order for Severable Services.� The services acquired under this purchase order are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not roll over for use in other periods. PERIOD OF PERFORMANCE The Period of Performance shall consist of one (1) 12-month base period and two (2) 12-month option periods as follows: Base Period:�������� March 16, 2024 - March 15, 2025 Option Period 1:�� March 16, 2025 - March 15, 2026 Option Period 2:�� March 16, 2026 - March 15, 2027
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46b3156f110a47b1a95ae391a1f1290b/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN06962698-F 20240214/240212230045 (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 |
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.