Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
MODIFICATION

66 -- Pre-clinical MRI Receive-only Array Coil

Notice Date
6/17/2024 8:43:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00288
 
Response Due
7/1/2024 6:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
Emily Palombo
 
E-Mail Address
emily.palombo@nih.gov
(emily.palombo@nih.gov)
 
Description
(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95024Q00288 and the solicitation is issued as a request for quotation (RFQ). ����������� � 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; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with effective date 05/22/2024. (iv)������ The associated NAICS code 334516 � Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 employees.�� This requirement is full and open with no set-aside restrictions. (v)������� This requirement is for the following item: � One (1) Pre-clinical MRI receive-only array coil (vi)������ Salient characteristics a.�������� Anatomically-shaped to fit head for rats up to 50 g in body weight (anatomically-matched, curved inner shape required to maximize signal-to-noise ratio in MRI brain data) b.�������� Four channels in 2 X 2 coil element topology (required for parallel imaging acceleration with whole-brain coverage) c.�������� Fixed-tuned to 300.1 MHz (proton frequency at 7 Tesla) d.�������� Coil active length of at least +/- 9 mm and width at least +/- 12 mm each (required for full-brain coverage) e.�������� Coil signal-to-noise ratio at least 6750/ mm-3 through center of each array element when scanning 15 ml tube of 150 mM saline using Bruker standard quality control test (required for acquiring MRI data of sufficient quality for quantitative volumetric, functional and diffusion tensor analyses). f.��������� Receive-only operation with active coil detuning (required for homogeneous excitation with a volume coil operating in transmit-only mode) g.�������� Physically and electromagnetically compatible with existing Bruker 86 mm quadrature volume coil operating in transmit-only or transmit-receive mode (required for homogeneous excitation and for combined brain-body studies, respectively). h.�������� Compatible with Bruker Biospec Avance Neo MRI console and ParaVision 6 software (required for safety: operator is prevented from damaging receive-only array by applying excessive power to transmit-only volume coil) i.��������� Electrical connection via ODU plug with HWIDS chip for automatic recognition in ParaVision 6 (required for safety: operator is prevented from applying transmitter power to receive-only coil) j.��������� Attaches to Bruker or RAPID rat beds without interfering with bite bar or ear bars (required to prevent head motion during scanning, which would cause blurring and other image artifacts) k.�������� Fits mounting pegs in Bruker and RAPID rat beds (required to fix coil to bed to maintain mutual alignment of brain, array coil, volume coil, gradient/shim coil and magnet centers). l.��������� Distance from front of array housing to center of array� -15 mm (needed to place brain at center of coil). (vii)����� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within six (6) months after receipt of order (ARO). A manufacturer warranty is required for one year after delivery. Delivery will be f.o.b. destination. The place of delivery and acceptance will be National Institute on Aging, National Institutes of Health, 251 Bayview Boulevard, Suite 100, Room 04B120, Baltimore, MD 21224. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions below and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (May 2024) FAR 52.225-6, Trade Agreements Certificate (Feb 2021) NIH Invoice and Payment Provisions (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. � (a) Technical and past performance, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Feb 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� Responses to this solicitation 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, maintenance availability, and environmental and energy efficiency considerations. The Unique Entity ID from SAM.gov, 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. All quotations must be received by 9:00 a.m., Eastern Daylight/Standard Time, on Monday, July 1, 2024, and reference Solicitation Number 75N95024Q00288. Responses must be submitted electronically to Emily Palombo, Contract Specialist, at Emily.palombo@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de836478ba844432994d832823373496/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN07099077-F 20240619/240617230113 (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.