Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

66 -- Computed Tomography Scanning Imager

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ7103
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Description
This is a combined synopsis/solicitation request for quotes 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; quotes are being requested and a written solicitation will not be issued. This requirement is being issued as a Request For Quotes under RFQ7103. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-19. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a not small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 334510 and the Small Business Size Standard is 500 Employees. Small and disadvantage businesses are encouraged to submit a quotation on this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to procure a Computed Tomography ScanningImager. The computed scanning tomography imager shall have the following the listed components. 1) Battery and line powered multi slice CT scanner, 2) CT angiography, 3) silhouette scan board (ICU/ER/OR), 4) CV laptop workstation and case 2D software, multi planner reconstruction, 3D volumetric reconstruction, 512MB USB flash drive, 5) 1 year parts and warranty on laptop, 6) Quality assurance on phantom, 7) A user manual, 8) Training 16 hours on site on the CT Scanner, 9) Perfusion upgrade, 10) Training 8 hours on site on the Perfusion , 11) A base plate, ramp, and rail system, 12) A handheld power injector, 13) Service tool kit to include tools and calibration phantoms , 14) An infant scanning system, 15) Installation of equipment in a government designated training area, 16) After training the equipment will be disassembled and then relocated and reinstalled in a possible ABSL3 contaminated facility, 17) Extended service/maintenance contract parts and labor, service will be preformed in a contaminated animal facility. The final location of the equipment will be in an animal facility that monitors disease progression and treatment success in various pathogens including Tuberculosis. 18) Compatibility with government furnished equipment a Positron Emission Tomography Imaging System, 19) Dual delivery and installation required to be performed by the contractor. The Government intends to make a Best Value Buy from the responsible offeror whose offer is most advantages to the government. The following evaluation criteria will be used to evaluate offers: a) Price: b) Compatible with a Positron Emission Tomography Imager (Siemens Medical Solutions): c) Installed in a possible tuberculosis contaminated area: d) Delivery and Installation. The FOB Point shall be Destination, Bethesda, Maryland, 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items: Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items; FAR 52.225-3 Buy American Act, also applies. FAR 52.245-2 Government Property (Fixed-Price Contracts). To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 P.M. Daylight Saving Time September 21, 2007. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: purchase by NIAID, National Institutes of Health, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01398491-W 20070909/070907220722 (fbodaily.com)
 
Source
FedBizOpps 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.