Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

J -- Service Agreement - Bruker Biospin 7 Tesla BioSpec MRI

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFQ-1090075
 
Archive Date
9/21/2011
 
Point of Contact
Christopher E. Cunningham, Phone: 301-827-7185, Doreen Williams,
 
E-Mail Address
christopher.cunningham@fda.hhs.gov, doreen.williams@fda.hhs.gov
(christopher.cunningham@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Service Agreement - Bruker Biospin 7 Tesla BioSpec MRI This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13. This announcement constitutes the only solicitation and a written solicitation will not be issued. This combined synopsis/solicitation; NAICS code 811219, Other Electronic and Precision Equipment Repair and Maintenance as RFQ #1090075, is to notify contractors that the government intends to award a Firm Fixed-Price Contract in accordance with FAR Part 13.106 for the following scope of work under simplified acquisition procedures. This requirement is unrestricted. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this RFQ. Background: The requirement for a service contract for comprehensive maintenance and cryo cooler service will ensure the continuous operation of a 7 Tesla Bruker MRI scanner with continuing support and expedited response time in case of failure. Cryo cooler service is essential to maintain continuous liquid helium recycling, which keeps the MRI magnet energized at superconductive state. Cryo cooler may not have the downtime periods of more than 7-10 days combined as this may case magnet quench and possibly permanent damage. Comprehensive maintenance is required to keep all electronics component of the MRI system (multiple channel RF receivers, multiple channels RF transmitters, high power gradient driver, electronic pulse sequence controller, computer control station, transmit/receive switches, etc.) free of malfunctioning and software patches and firmware upgrades up-to-date. It will be utilized to support in vivo, non invasive scanning to characterize transient and permanent neural responses via different types of intervention including chemical and biological compounds in small animals including juvenile and adolescent non-human primates. Experiments will be directed as neuro-imaging of live subjects and will be an ongoing studies to characterize immediate neural expression and compound effects within the brain structures of test subjects. Scope of Work: The service contract with comprehensive maintenance and cryo cooler service will enable the continuous operation of 7 Tesla MRI scanner and auxiliary equipment with minimized down time in case of malfunction. Coordination of telephone and on-site support. Maintenance an inventory of parts in vendor's facility for use in service. In those situations where the equipment is not operational, the overnight carrier services will be utilized to ship repair parts to FDA (NCTR). After repairs are complete, the return of defective components to vendor is free of charge. Maintenance of RF probe repair facility at vendor's facility, and repair Contractor manufactured probes that becomes defective. Labor for two (2) scheduled Planned Maintenance visit for the Covered Equipment for each twelve months of the term of the contract (these visits not to exceed a total of three (3) days) Labor for one (1) visit by an applications scientist for a period of two (2) days. All on site service support when necessary. Provide an Instrument Log for each instrument covered by this Agreement. The Log will be used by Service Engineers to log repair and preventative maintenance activities. The contractor shall provide Cryo cooler maintenance service for USR magnets per manufacturer specifications as described below: 1. Monitor the cryogen levels. 2. Refill the cryostat with liquid helium at intervals defined by the manufacturer's recommendations. 3. Supply the necessary refill cryogens. 4. Maintain the customers transfer lines. 5. Maintain the cold head 6. Maintain the cryo cooler and service as required 7. Maintain the secondary water cooling system and service as required. • service the secondary cooling system filters (if fitted) • refill cooling water (maximum once per year) • repair leakage as required • repair and replacement of components related to the water cooling system 8. Generate regular reports of the magnet boil off rates and service activity. 9. In the event of a catastrophic loss of the magnetic field (quench) during a cryogen refill by Contractor personnel, Contractor will restore the magnet to an operating condition in accordance with the magnet's original quoted specifications (drift rate, helium hold time, nitrogen hold time, bore size, and homogeneity). • If necessary the magnet will be vacuum pumped (the equipment shall be provided by Contractor) and cooled to operating temperature by Bruker personnel. • The liquid helium required for this process is included. • Contractor personnel will energize the magnet to specification. 10. In the event of a catastrophic loss of the magnetic field (quench) during a cryogen refill by Contractor personnel where the damage to the magnet is such that the original field intensity cannot be restored, a comparable replacement magnet will be delivered and installed at your site. • If necessary the original magnet will be removed and becomes the property of Contractor • It is understood that a replacement magnet may be a new or used magnet and that the quoted performance specifications for the original magnet (drift rate, helium hold time, nitrogen hold time, bore size, and homogeneity) are the only criteria for selection of the replacement magnet. • Delivery time for the replacement magnet is on a best effort basis. • The replacement magnet will be assembled, vacuum pumped (this equipment will be provided by Contractor), and cooled to operating temperature by our personnel. • Start-up helium will be provided by Contractor. • Contractor personnel will energize the replacement magnet to specification. Equipment List: Description: BioSpec MRI System ID: BT001407 Coverage Options Cryo Cooler Service Parts Service + Applications Support Period of Performance: One year Technical Evaluation Elements: 1. The Offeror shall demonstrate the ability to provide Authorized Certified Manufacturer Trained Technicians for servicing the equipment. 2. The Offeror shall demonstrate the ability to provide Certification data for the calibration of the testing and Measuring instruments and equipment used in the servicing of the system. 3. The Offeror shall demonstrate the ability to provide all of the parts and materials for the equipment listed and provide new, Original Equipment Manufacturer parts. If new O.E.M. parts are not available; parts that meet or exceed the specifications for new O.E.M. manufacturer parts must be used when performing maintenance and repairs to the said equipment. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Government may become the ultimate determining factor for award of a contract as quotations become more equal based on the other factors. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to http://www.ccr.gov. You will need your Duns & Bradstreet number and banking information. QUOTATIONS DUE: All quotations are due, via email to: Christopher.Cunningham@fda.hhs.gov no later than 12:00pm, EST on Tuesday September 6, 2011. ANTICIPATED AWARD DATE: The anticipated award date is on or about September 7, 2011, however, all dates in this announcement are subject to change. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-3, Offeror Representations and Certifications Commercial Items, FAR 52.212-4, Contract Terms and Conditions, Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Christopher.Cunningham@fda.hhs.gov No Phone Calls Will Be Accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFQ-1090075/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02555401-W 20110901/110830235825-525c692e9398420e24387fec6bdd0222 (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.