Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
MODIFICATION

66 -- MRI Shielded Room

Notice Date
5/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB687030-11-02547
 
Archive Date
6/15/2011
 
Point of Contact
Jennifer L. Malcolm, Phone: 3034973764, Jason Gerloff, Phone: 3034976320
 
E-Mail Address
jennifer.malcolm@nist.gov, jgerloff@nist.gov
(jennifer.malcolm@nist.gov, jgerloff@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. The National Institute of Standards and Technology (NIST) has a requirement for a Magnetic Resonance Imaging Shielded Room. All equipment must be new; used and/or remanufactured equipment will not be considered for award. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each, Magnetic Resonance Imaging Shielded Room that shall meet or exceed the following required specifications: We require a shielded room to house an Agilent 7.0T / 310AS magnetic resonance imaging (MRI) system to be installed in the NIST Boulder, CO Building 1 Extension. The specifications of the MRI system are detailed in the attached documents. The requirements for the shielded room are as follows. 1. Geometric specifications a. The room shall be free standing with exterior dimensions of 18' x 13' by 10' 6" high, as shown in the attached drawing. b. The floor shall be an epoxy grout RF floor system with an approximate thickness of 0.625". The floor, mounted on the existing concrete slab, shall be capable of supporting the 5100 kg magnet. 2. Shielding specifications a. The completed shielded room should provide a minimum of 100 dB of RF attenuation over a frequency range of 1 MHz to 350 MHz. The room is to include one 3' x 3' shielded window with glass on both sides. c. The shielded room shall include installation of the Agilent-provided RF feed through panel. d. The room is to include a RF shielded door with a width of 4' and height of 7' in the location shown on the attached drawing. e. The room shall contain magnetic shielding sufficient to ensure that the fields outside the shielded room are less than 0.5mT 3. Lights and utilities. a. The shielded room shall have a port to pass through of a 10" quench tube as shown in the attached drawing. b. The shielded room shall have ports for a 2' x 2' supply diffuser and a 2' x' 2' air return as shown in the attached drawing. c. The shielded room shall supply RF ports for the two high-pressure He lines coming from the compressor as shown in the attached drawing. d. The shielded room shall come with DC lighting e. The shielded room shall provide a minimum of 4 internal120V circuits 4. Installation and testing a. All installation cost of the shielded room to be included with the purchase. b. The installation shall occur in two phases. During phase one, the shielded room shall be installed in B1E-GP-115 without the front wall installed to allow fork-lifting in the MRI system. This should be completed by Nov.15, 2011. The second phase, to be completed in Dec. 2011, will be to complete the shielded room and perform the final tests to insure attenuation specifications are met. 5. Warranty The shielding shall be warranted for 5 years. All other components shall be warranted for at least 1 year. 6. Prior Experience The vendor must demonstrate successful installation of at least one shielded room for a similar MRI Application. NOTE - PLEASE SEE ATTACHED "SPECIFICATION FOR 7.0 TESLA/310MM ACTIVELY SHIELDED CRYO-COOLED MAGNET SYSTEM" AND "B1E DRAWINGS". Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building B1E, 325 Broadway, Boulder, CO 80305. Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Price: Price shall be evaluated for reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Re-Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act 52.223-18, Contractor policy to ban text messaging while driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3) Description of commercial warranty; 4) A description (including location, date of completion and contract value) of at least one similar MRI shielded room installation done in the past 5 years by the offeror to show past experience; to be considered similar, the installation of the MRI shielded room must have been done for a 7-Tesla, small bore MRI system. 5.) A customer reference including name, company, title and contact phone number for the past project mentioned in number 4 above. 6) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on Tuesday, May 31, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 325 Broadway, Boulder, CO 80305. Quoters must submit all questions concerning this solicitation in writing to Jennifer.malcolm@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox Jennifer.malcolm@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB687030-11-02547/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02448920-W 20110518/110516234715-11a95b63deb2445ecd3cfd8e7070abff (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.