Federal Bid

Last Updated on 03 May 2014 at 8 AM
Solicitation
Location Unknown

FMRIF-7T Siemens MRI Scanner Maintenance Agreement

Solicitation ID HHS-NIH-NIDA-SSSA-NOI-14-155
Posted Date 09 Apr 2014 at 1 PM
Archive Date 03 May 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location United states
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED.

The National Institute on Drug Abuse, Office of Acquisitions, Station Support/Simplified Acquisition Branch, on behalf of the National Institute of Mental Health (NIMH), intends to negotiate and award a contract on a noncompetitive basis to Siemens Medical Solutions, 51 Valley Stream Parkway, Malvern, PA, 19355-1406, for the performance of a maintenance agreement for the Government-owned FMRIF-7T Siemens MRI Scanner located at the National Institutes of Health (NIH) in Bethesda, Maryland.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

The intended procurement is classified under NAICS code 334510 with a Size Standard of 500 employees.

REGULATORY AUTHORITY

The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30, 2014.
This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Test Program for Certain Commercial Items, section 4202 of the Clinger-Cohen Act of 1966) and the statutory authority of (1) FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1).

DESCRIPTION OF REQUIREMENT

Purpose and Objectives
The National Institute of Mental Health (NIMH), Intramural Research Program (IRP), has a requirement for the performance for the performance of a maintenance agreement for the Government-owned FMRIF-7T Siemens MRI Scanner located at the National Institutes of Health (NIH) in Bethesda, Maryland. The system identification number for this Government-owned MRI scanner is #400-342363 which was manufactured by Siemens Medical Solutions.

Period of Performance
The period of performance is twelve months from the date of award. A firm fixed price contract is contemplated.

Project Description
The Contractor's maintenance agreement includes OEM replacement parts, labor, service support, and system updates from authorized Siemens technicians. This system is a unique resource within the NIH as the only operational human 7 Tesla MRI system.

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Siemens Medical Solutions is the manufacturer of the 7T Magnetom and is the only authorized company to perform maintenance on this MRI scanner. Siemens Medical Solutions is the only vendor with the required expertise and OEM replacement parts capable of responding when service is required. Only Siemens service personnel are authorized to perform service and maintenance on their equipment. Unauthorized personnel who perform any maintenance on this Government-owned MRI scanner would ultimately void the warranty of this MRI scanner which is valued at over $6 million dollars.

The intended source is:

Siemens Medical Solutions
51 Valley Stream Parkway
Malvern, PA, 19355-1406

CLOSING STATEMENT

THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses must be received by the closing date of this notice and must reference the notice of intent number. Responses must be submitted electronically to [email protected]. Fax responses will not be accepted.

 

Bid Protests Not Available

Similar Past Bids

Center Kentucky 14 Jul 2015 at 1 PM
Location Unknown 10 Jun 2015 at 6 PM
Center Kentucky 13 Jun 2016 at 3 PM