COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652 National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66 -- INSTRUMENTS & LABORATORY EQUIPMENT(7 TESLA, 90 CM MRI MAGNET)
SOL RFQ-NCI-00173 DUE 081700 POC Cynthia Brown, Purchasing Agent,
301-402-4509, Todd Cole, Contracting Officer 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, No. RFQ-NCI-00173 will include all applicable
provisions and clauses in effect through FAC 97-18. The acquisition is
being made in accordance with the test program for using simplified
procedures for certain commercial items authorized in FAR 13.5. This
solicitation is set aside for small business. The Standard Industrial
Coed is 3499 and the business size is 500 employees. BASIC REQUIREMENT:
The National Cancer Institute (NCI), on behalf of the National
Institute of Neurological Disorders and Stroke (NINDS)/Laboratory of
Functional and Molecular Imaging, is soliciting quotations for a
Superconducting Magnet system for a high field MRI system. Particular
components such as shims, gradients, and a radio frequency console are
not part of this solicitation, but may be acquired under a future
solicitation if they are identified as a need at a later time. The
Superconducting Magnet system for a high field MRI system magnet shall
meet the following minimum requirements: 1) Shall provide main field
strength of 7.0 Tesla with a horizontal field direction; 2) The inner
diameter of the magnet bore tube will be at least 90 cm; 3) Field
homogeneity shall be less than 5 PPM peak to peak over a 45 cm dsv and
0.1 ppm half height linewidth with a lorentzian lineshape over a 25 cm
dsv fully shimmed with 14 superconducting shims. Capabilities for
passive shimming should be included to improve the homogeneity
specifications; 4) The main field stability shall be at least 0.015
ppm/hour; 5) The system shall consume not more than 0.2 liters of
liquid helium per hour with a helium refill time greater than 100 days;
6) The Contractor shall supply the necessary cryo-refrigerator and
compressor unit with a mechanism to ensure that the magnet stays
energized if/when the refrigerator/compressor unit needs repair; 7) The
contractor shall provide and install all equipment (including all
connections to quench ducts, vacuum pumps, etc ) and ensure the initial
performance of all equipment on site according to the required
specifications. Installation costs should include all cryogens and
rigging costs to site the magnet. 8) The contractor shall provide a
means to shut the main field quickly and safely in case of an
emergency; and 9) The Contractor will warranty the magnet and
refrigerator/compressor for one year after meeting specifications.
OPTIONS: In addition to the above minimum requirements, three options
as noted below shall be made available: Option 1) an option for a
compatible magnetic field and RF shield shall be provided if the option
is exercised. The magnetic shield shall be as symmetrical as possible
and should have at least 1-meter clear space on either side of the
magnet and reduce the stray field so that the 5 gauss line is at
approximately 9.5 meters on-axis and 3.5 meters off-axis from the
magnet's isocenter. Price should include all installation costs
associated with the shield. Option 2) the Contractor shall provide an
option to extend the warranty from one to three years on the magnet and
cryo-refrigeration system [NOTE: Quoters shall propose on the minimum
requirement and all options to be considered for award. A separate
price shall be provided for each option, and the Government can choose
which options, if any, it may exercise. If the Government elects to
exercise an option, it will do so at the time of contract award.]
MANDATORY INFORMATION: Offerors must provide descriptive literature,
warranties, and/or other materials that demonstrate that their offer
meets the foregoing requirements. In addition to any of the
aforementioned technical/descriptive information, the quoter/offeror
shall provide the following information for use in the technical
evaluation process: 1) Field homogeneity specifications (P-P for a 45
cm DSV, a 25 cm DSV and a 12 cm DSV); 2) Cryogen boil off rates; 3)
Refill times and volumes for cryogens; 4) All design specifications to
evaluate capability, including but not limited to overall dimensions,
superconductor type and amount, current, approximate weight of magnet
system and magnet/RF shield; 5) Corporate experience in magnet design
and construction, including evidence of experience in building high
field (>3T, large bore (> 60 cm), horizontal magnet systems; 6)
Details on emergency discharge unit and system to keep magnet energized
in case of a cryo-cooler failure; 7) Details on superconducting shim
current access and ability to shim the main magnetic field using these
shims (include any information on the passive shimming capabilities of
the system); 8) Details of any active drift compensation; 9) Details of
cryogen filling logistics (including minimum ceiling height); 10)
Details of optional magnetic/RF shielding specifications and proposed
layout with magnet in place including distance to 15 gauss, 5 gauss,
and 1 gauss around the magnet in the shield. EVALUATION: The major
evaluation factors for this RFQ include technical and price factors.
The technical portion of quotations will receive paramount
consideration in selecting a vendor. However, price will also be a
significant factor in the event that two or more vendors are determined
to be essentially equal following the evaluation of technical factors.
The Government will consider quotations for the basic requirement and
the options in its technical and price evaluations. With regard to
price, the price evaluation will be based on the aggregate of the basic
requirement and all options. It is anticipated that any purchase order
awarded under this RFQ will contain option provisions. In accordance
with FAR Clause 52.217-5, Evaluation of Options (July 1990), the
Government will evaluate quotes for award purposes by adding the total
price for all options to the total price for the basic requirement,
except when it is determined in accordance with FAR 17.206(b) not to be
in the Government's best interests. Evaluation of options will not
obligate the Government to exercise the options. The technical
evaluation will be performed by a NINDS technical review committee. The
following technical evaluation criteria will be used by the Government
when reviewing the technical portion of the quotation. The criteria
below are listed in the order of relative importance with weights
assigned for evaluation purposes: 1) The system provides the highest
possible magnetic field homogeneity over the largest possible volume
and provides a minimum of less than 5 PPM over a 45 cm dsv and 0.1 ppm
hhlw over a 25 cm dsv. (35%); 2) The system provides a field strength
of 7.0T with at least a 90 cm inner diameter bore. (25 %); 3) Evidence
of having produced and demonstrated the ability to design and construct
high field, large bore, horizontal magnets similar to the one specified
in this solicitation, including the feasibility of the proposed design
with regard to the detail provided and technical soundness/capability.
(25 points); 4) The ability of the system to consume minimal amounts of
liquid helium. (15 points). Delivery shall be FOB Destination or FOB
Origin with transportation insurance provided by the vendor, and inside
delivery shall be provided to NIH/NINDS, 9000 Rockville Pike, Building
#10, Room B1D69, Bethesda, MD 20892 within one (1) year after receipt
of the order. The Government shall reimburse those vendors with
standard commercial terms of FOB Origin for all transportation
insurance. This solicitation incorporates the provisions at FAR
52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS- DEVIATION FOR
SIMPLIFIED ACQUISITION, and at FAR 52.212-3, OFFEROR REPRESENTATIONS
AND CERTIFICATIONS-COMMERCIAL ITEMS. The latter provision includes the
DUNS Number Addendum. The resulting contract will incorporate the
requirements of the Clause at 52.212-4, CONTRACT TERMS AND
CONDITIONS-COMMERCIAL ITEMS, and the requirements contained in
paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS
AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-
COMMERCIAL ITEMS -- DEVIATION FOR SIMPLIFIED ACQUISITIONS. The Contract
will also incorporate the following FAR clauses cited in paragraphs (b)
and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR
52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE
VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS
WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED
VETERANS AND VETERANS OF VIETNAM ERA; and FAR 52.232-34, PAYMENT BY
ELECTRONIC FUNDS TRANSFER OTHER THAN CENTRAL CONTRACTOR REGISTRATION.
Quoters must submit a complete copy of Representations and
Certifications, including the provision for the DUNS Number (FAR Clause
52.204-6), with their offer. This solicitation incorporates one or more
solicitation provisions by reference, with the same force and effect as
if they were given full text. Upon request, the Contracting Officer
will make their fulltext available. The quoter is cautioned that the
listed provisions may include blocks that must be completed by the
quoter and submitted with its quotation. In lieu of submitting the full
text provisions, the quoter may identify the provision by paragraph
identifier and provide the appropriate information with its quotation.
Also, the Purchasing Agent will provide the full text of a
solicitation provision to an offeror upon request. Quotations must be
in writing and should be submitted as follows: 1) a completed SF 18 or
SF 1449, signed by an individual authorized to bind the organization;
2) a Schedule of the offered materials containing pricing and a
delivery schedule; 3) completed Representations and
Certifications-Commercial Items, with DUNS Number addendum; 4)
descriptive literature and mandatory information, as noted above; 5)
acknowledgment of amendments, if any. The Representations and
Certifications or other cited provisions and clauses may be obtained
from Cynthia Brown, Purchasing Agent, on (301)402-4509 or by fax on
(301)402-4513. The price and technical quotations and related materials
(one original and four copies) must be submitted to Cynthia Brown at
the above address. Quotations and all related materials must be
received in the contracting office by 3:00 PM EDT on August 17, 2000.
Quotations that fail to furnish the required information or reject the
terms and conditions of the solicitation may be excluded from
consideration. Please cite the solicitation number (RFQ-NCI-00173) on
your quotation. Posted 07/26/00 (W-SN479163). (0208) Loren Data Corp. http://www.ld.com (SYN# 0275 20000728\66-0008.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 26, 2000 by Loren Data Corp. --
info@ld.com
|
|
|