Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOLICITATION NOTICE

Z -- Inclusive Service Agreement

Notice Date
6/10/2014
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-2014-PSOL182
 
Archive Date
7/9/2014
 
Point of Contact
Andrea McGee, Phone: 3014358718
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL182 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to MEG International Services Limited, Unit 1, 1850Hartley Avenue, Coquitlam, BC, V3K 7A1, Canada. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated May 30, 2014. A notice regarding any set-aside restrictions, the associated NAICS 333314 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis a service agreement for an inclusive service agreement for the whole head CTF MEG system for a period of 12 months. Purpose and Objectives: The MEG Core Facility operates a 275 channel whole head CTF MEG system as a shared resource for the Intramural Research Programs of NIMH and NINDS. MEG, magnetoencephalography, is a sophisticated technique allowing high resolution recording of brain activity and as such forms a vital part of the neuroimaging research program. The instrument is in full time use by over 40 investigators as part of the program mission of the institutes. In order to insure availability of the system and reliability of patient data a full time maintenance contract is essential. DESCRIPTION OF REQUIREMENT: • 275 channel whole head CTF MEG system, SN: Coverage: Two scheduled PM Services are covered under the term of this Agreement. The on-site time al-location for these services based on a standard 8 hour work day. PM Service Maintenance, Tests & Checks (Reference): The following is a partial list of the primary tests and checks performed at the PM Services and is provided here for reference only. 1. Cryogenic system (as applicable to maintenance cycle): Warm and re-cool dewar (when applicable) * Dewar and Insert + vacuum spaces pumped * Transfer line(s) vacuum spaces pumped (where applicable) * Vent and fill port check + & He Flow Alarm check Standard boiloff measurements * 2. Patient support (as applicable to style): Check hydraulic line, reservoir fluid levels & valves Inspect leadscrew nut + (pneumatic style only) Function and range of motion checked Inspect headrest and backrest support 3. Gantry (as applicable to style): Motion & functionality checked Brake pads checked * Reservoir fluid level and sensors (where applicable) checked *+ Lifting rod lubrication checked + Valve linking screws checked *+ Horizontal arm(s) positioning cable inspected checked *x 4. Electronics & utility racks: Console air filters cleaned Cooling fans operation (and bearings *+) checked Thermal shutdown circuits verified (where applicable) *x Patient observation checked *x Somatosensory system functionally checked *x 5. EEG & PIU (where applicable) Noise collection and evaluation + EEG impedance check & gain calibration + ADC gain calibration & PIU External Trigger test + 6. MSR (where applicable): Oxygen concentration meter checked and calibrated MSR door emergency features checked Zipper-tubing ground contact checked + RCC cooling ventilator checked x 7. General system maintenance & tests: SQUIDs defluxed (heated) and tuned Amplifiers checked for condensation damage (where applicable) * Flux transformer (channel functionality) test * Standard qualification testing *& noise collection tests Head and source localization: Head Localization coil calibration (where applicable) Localization / phantom test * Item not necessarily applicable / performed during Short PM Services; + CTF/VSM only; x BTi/4-D only. Place of Performance: 10Center Drive, Bldg.10 Rm. 3C103,Bethesda, MD 20892. The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. 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 Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by June 24, 2014 at 4:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL182. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SS-SA)-2014-PSOL182 /listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03390353-W 20140612/140610235228-177b9623b042d3cec72fa1aa6afce40d (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.