Federal Bid

Last Updated on 29 Jul 2020 at 3 PM
Combined Synopsis/Solicitation
Bethesda Maryland

Upgrade or replacement of a Siemens Magnetom 7T MRI System

Solicitation ID NIMH20003961-RFQ
Posted Date 29 Jul 2020 at 3 PM
Archive Date 08 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS

 

COMBINED SYNOPSIS / SOLICITATION COMPETITIVE

 

Title: Upgrade or replacement of a Siemens Magnetom 7T MRI System

  1. 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.
     
  2. The solicitation number is NIMH20003961-RFQ 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; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.
     
  3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018.
     
  4. The associated NAICS code 423450: Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers. This requirement is a full and open competition.
     
    Purpose and Objectives: The National Institute of Mental Health functional MRI Facility (FMRIF) is a core resource of the National Institutes of Health (NIH) intramural research program mandated to provide researchers with access to state-of-the-art equipment, tools, and techniques for their experiments.
    To meet this requirement, it is necessary that the FMRIF have the most modern, capable equipment available.  For these reasons, it is necessary to upgrade or replace aging equipment that has become obsolescent to provide the state-of-the-art imaging capabilities needed to support the current and future demands of cutting-edge research.
     
                Background: The function of the FMRIF is to serve as a resource by which all NIH institutes can perform Magnetic Resonance Imaging (MRI) studies that further the understanding of healthy and diseased brain anatomy, function and physiology. The FMRIF is located within the NIH MRI Research Center .
     
    The FMRIF currently operates four 3T (Skyra 3T, 3 x Discovery MR750 3T) and one 7T human MRI system (Magnetom 7T VB17).  FMRIF users and staff also have significant scanning access to a Prisma 3T and a Terra 7T VE12. All of these scanners are located in the NIH MRI Research Center .Over the last few years, MRI at 7T has advanced significantly, particularly for Neuro applications such as functional MRI (fMRI) and diffusion methods (DTI, DSI).  The existing FMRIF 7T VB17  system was installed in 2010 based on an engineering platform that is now two generations old.  Support for the system has been phased out by the vendor. The FMRIF users must have the most modern equipment available to provide researchers with access to the latest equipment, tools, and techniques for their experiments.  
     
     
  5. Project requirements: Please see Purchase Description and Evaluation Criteria attached to this request for more details.
     
  6. Anticipated Date of Delivery: The upgrade or replacement for the existing FMRIF equipment shall be performed by September 2021.
     
  7. The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
     
  8. The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
     
    1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; Past Performance, Proposed System Specifications Exceeding Minimum Salient Characteristics, and Compatibility and Interoperability. Please see evaluation criteria document included in this solicitation.
       
    2. Options. N/A

    1. 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.

  1. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.
     
  2. The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.
     
  3. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.
     
  4. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
     
  5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
     
  6. 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.
     

In addition, the Dun & Bradstreet Number (DUNS), 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 responses must be received by 8/7/2020 by 12PMEST and reference number NIMH20003961-RFQ.

  1. The name and telephone number of the individual to contact for information regarding the solicitation.
     
              Thien Nguyen
              [email protected]
              301-827-0914

    STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS

     

    COMBINED SYNOPSIS / SOLICITATION COMPETITIVE

     

    Title: Upgrade or replacement of a Siemens Magnetom 7T MRI System

Bid Protests Not Available