Loren Data Corp.

'

  
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