Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOLICITATION NOTICE

65 -- Medical Equipment

Notice Date
5/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS(HL)-2005-100\CDM
 
Response Due
6/7/2005
 
Archive Date
6/22/2005
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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. The solicitation number is NHLBI-PS (HL)-2005-100\CDM, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification System (NAICS) is 339112, and size standard 100 employees are used for this requirement. There are no small business set-aside restrictions for this requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The Laboratory of Cardiac Energetics, National Heart, Lung, and Blood Institute (NHLBI) at the National Institutes of Health (NIH) intend to purchase one (1) each, Innomotion System and engineering support services. The Innomotion system is a robotic arm, custom designed and constructed by Innomedic GMBH, Luitpoldstra E 59, 76863 Herxheim, Germany. The robotic arm is a state-of-the-art system must operate within the environment of the cardiac Siemens Espree MRI scanner. The robotic arm will be programmable to manipulate surgical instruments remotely while the surgeon is observing the surgical field under real-time MR imaging. Independently, and not as an agent of the Government, the contractor shall furnish all necessary labor, material, supplies, equipment, services (except as otherwise specified herein) and perform the work set forth below. Specifically, the Contractor shall: 1) provide a surgical robotic arm that is custom designed to attach to the patient table of the Siemens Espree MRI cardiac scanner. 2) Demonstrate the operations of the arm within the environment of the Siemens Espree MRI scanner at the Government?s site. 3) Train the NHLBI, Laboratory of Cardiac Energetics and the Cardiothoracic Surgery Branch personnel in any hardware or software which will be required for the routine operation of the system. 4) Provide on-site consulting services to the NIH, NHLBI engineers on the advanced programming and system operations. 5) Provide a full service maintenance agreement for the instrument for a three (3) year period to begin upon expiration of the warranty period. The technical requirements for the MRI compatible surgical robotic arm is as follows: The robotic arm must mount onto the patient table of a Siemens Espree 1.5T scanner, located at NIH, 9000 Rockville Pike, Bethesda Maryland. The hardware that controls the robotic arm must be installed within the room where the Siemens Espree 1.5T scanner is located, and must be shown to operate without interfering with real-time imaging on the Siemens system. The arm must have the following degrees of freedom: coordinate system z = along magnet bore, y = vertical, x = horizontal, with adjustable circumferential angle and adjustable longitudinal position. Adjustable radial position. The ?rist? of the robot must have sufficient range of motion to be effective for mounting minimally invasive surgical tools. . All the work shall be monitored by the Project Officer. The inspection and acceptance of the surgical robotic arm system will be performed by an NIH team lead by the Project Officer. The team will inspect the instrument?s performance on site at the Government?s facility to assure compliance. The contractor shall deliver to the Government, an MRI compatible surgical robotic arm system on or before August 1, 2005. The contractor shall provide engineering support services to be supplied on an as needed basis with the schedule mutually agreed upon between the contractor and the Project Officer. It is the Government?s intent to incorporate FAR Clause 52.217-7, Option for Increased Quantity?Separately Priced Line Item (Mar 1989), into the contract to purchase a second MRI compatible surgical robotic arm system. If the option is exercised, the order and delivery of the 2nd unit, will occur within the first twelve (12) months of the contract. It may be necessary to conduct discussions and resolve issues with the offeror(s) regarding their ability to provide the MRI compatible robotic arm. Therefore, the offeror(s) should address the following issues in their proposal: 1) Will the system operate seamlessly on the Siemens Espree MRI system 2) Will it be possible to make modifications to the system to move the arm under user control during MRI scanning? 3) Will the contractor assist the Government in making changes to the system to adapt to planned procedures? 4) Will it be possible to mount more than one arm on the system? The offeror must provide a description of the maintenance service agreement including the terms and conditions for the system, the technical/research support services that are anticipated for the proposed instrument that outlines the provisions for programming and modifications to the system, and any additional available features, hardware, and software available or not addressed in the specifications. The following FAR Clauses apply to this acquisition: FAR Clause 52.227-1, Authorization and consent; FAR Clause 52.227-3, Patent Indemnity; FAR Clause Far Clause 52.227-11, Patent Rights-Retention by the Contractor (Short Form); Far Clause 52.227-14, Rights in Data?General; FAR Clause 52.227-16, Additional Data Requirements; FAR Clause 52.225-1, Buy American Act?Supplies. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, apply to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The quotations will be evaluated based upon the offerors demonstration of compliance with the technical specifications of the robotic arm as identified above, the ability of the robotic arm to mount to the table of an Espree MRI scanner, the ability of the robotic arm to function normally within the MRI scanner, the precision of the control of the effector arm of the robot, the range of available speeds of the motion of the arm, the latency between requesting a motion and the performance of that motion, and the decrease in the signal-to-noise ratio of the MR images with the robot during scanning. The award will be made on the basis of documented successful past performance information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, the technical specifications, and price. The offerors must submit written descriptive literature of the system identified in their proposal, an itemized price list and warranties of the product quoted. The itemized price list must include the following items. 1) Innomotion MRI Robotic Arm System, quantity one (1) each; 2) Option for an additional Innomotion MRI Robotic Arm System, quantity one (1) each; 3) fixed hourly rates to provide technical and engineering support service; 4) the cost for an annual maintenance service agreement. The Government intends to evaluate proposals submitted through contracting by negotiation procedure for this acquisition. The Government intends to conduct Pre-Award site visits to potential offerors, or offerors shall provide demonstrations of the capabilities of their system at NIH before June 7, 2005 therefore the initial offer must contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the 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. The Offeror must also be registered in the Government Contractor Registry System, available at http://WWW.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit two (2) printed copies of a quotation to the below address or an electronic copy to moralesc@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov . The quotation must reference solicitation number NHLBI-PS (HL)-2005-100\CDM. The Government intends to award a contract by June 7, 2005. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20814-7902, Attention: Ms. Cecilia Morales. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD 20892
Zip Code: 2045
Country: USA
 
Record
SN00811914-W 20050522/050520211937 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.