Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

J -- Preventative Maintenance for MIF Visualsonics Vevo 2100-LAZR

Notice Date
9/10/2015
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-SSSA-NOI-15-860
 
Archive Date
10/1/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Preventative Maintenance for MIF Visualsonics Vevo 2100-LAZR HHS-NIH-NIDA-SSSA-NOI-15-860 INTRODUCTION This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-15-860 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Fujifilm Visualsonics, Inc. located at 3080 Yonge Street, Suite 6100, Box 66, Toronto, Ontario, Canada M4N 3N1. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items 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 2005-84, dated September 3, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 811310 with size standard of $14 Million. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that only Fujifilm Visualsonics is capable of providing the necessary maintenance support service because the equipment requiring maintenance is proprietary to this company, the original equipment manufacturer. Fujifilm Visualsonics is the only contractor authorized and capable of providing guaranteed service and parts to its proprietary systems and has provided a sole source letter to confirm this. This includes hardware and software. Use of any other contractor could jeopardize system integrity and functionality. The equipment requiring maintenance is used for research purposes and non-functional equipment, inappropriately calibrated equipment, or equipment with incorrect parts, software updates, or other service, would irreparably damage NIH research data. Accordingly, Fujifilm Visualsonics is the only contractor capable of meeting the needs of 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. 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. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NIH Mouse Imaging Facility (MIF) is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. Purpose and Objectives The purpose of this acquisition is to provide the NIH Mouse Imaging Facility (MIF) with hardware and software maintenance support for its Fujifilm SonoSite Visualsonics Vevo 2100 high frequency ultrasound scanner and the Vevo LAZR photoacoustic imaging accessory. This equipment is used to acquire real-time ultrasound images and three-dimensional photoacoustic images of small animals for ongoing preclinical biomedical research studies. Project Description 1. The Contractor shall provide the following support for the MIF Fujifilm SonoSite Visualsonics Vevo 2100 high frequency ultrasound Imager (Serial No. 2100-0309, NIH Decal No. 01608448), Vevo LAZR photoacoustic imager (SN LAZR-0021) and all its associated system parts and software: a. Two (2) preventative maintenance visits during the 12-month coverage period. The contractor will communicate and visit during scheduled working hours (8am to 6pm EST Monday through Friday). This visit will include: i. Investigate and resolve any known system problems as described by MIF ii. Inspection and cleaning of all necessary parts iii. Systematic inspection and verification that all hardware and software satisfy manufacturer's specifications, as listed in the VevoSystem Preventative Maintenance Checklist. iv. All software updated as needed. v. Answer customer questions on the operation of the Vevo 2100-LAZR. vi. Unlimited repairs of instrument, including LZ and MS transducer replacement. vii. All repairs performed on-site by Visualsonics trained and certified field technicians. b. Response time for service visits shall be within 3-5 days of determining that a visit is necessary. The service contract will include all parts and labor. The contractor will maintain an inventory of parts for use in service. In those situations where the system console is not operational, repair parts to will be shipped to the MIF using overnight carrier services. After repairs are completed, defective components will be shipped back at the expense of the contractor. c. All costs for labor, travel, overtime labor (if required), software upgrades and materials will be included as part of the service agreement. d. If replacement parts are required, they will be provided readily without delay on an exchange (refurbished) or new part basis. Replacement parts must be factory reconditioned or new from the original equipment manufacturer. All parts will be warranted for a reasonable time period after installation. Additional materials necessary for engineering changes that are developed and mutually determined to be appropriate for the scanner will be available also. The contractor will be liable for delays in repair due to employee and or administrative issues that will directly or indirectly affect the performance of the MIF Fujifilm SonoSite Visualsonics Vevo 2100-LAZR. However, this does not include delays due to limited supply of parts. e. Unlimited telephone and email-based technical and application support shall be provided Monday through Friday from 9am to 5pm EST. f. All available software upgrades will be provided as soon as released, and free of charge. Software defects or other significant problems will be corrected as soon as possible though effective, mutual, communication regarding the steps taken or plan to take to repair instrument. g. Contractor will support the system in its original configuration unless those changes are made or directed by a Fujifilm SonoSite Visualsonics representative. h. An Operator's Manual shall be provided for all hardware and software updates with documentation of changes. i. The MIF will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. j. The contractor will treat experimental information of the MIF as confidential. 2. The contractor shall have a minimum of 5 years experience providing service and maintenance the Fujifilm SonoSite Visualsonics Vevo 2100-LAZR. 3. Upon completion of the preventative maintenance visits (or any repair/service visit), the contractor will provide at least one copy of a written report summarizing the visit. This report shall include a list of the hardware or software items checked, notations of any corrections made to bring each item into specifications, and any recommendations for maintaining the imager within optimal specifications. This report shall be provided to the NIH before the service technician leaves the MIF. Delivery/Period of Performance The required period of performance shall be one year from date of award, with two (2) one-year option periods. Contract Type A firm fixed price purchase order with NET30 invoicing terms is anticipated. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based on the following: 1. The Contractor must indicated capability to meet each of the project requirements detailed in this solicitation. 2. The Contractor must be able to provide support for a base year and two (2) one year option periods. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-15-860. Responses may be submitted electronically to Lauren.Phelps@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 594-2490.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-860/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03880777-W 20150912/150911000723-9cdea4079667760cf2cfcfcf8b5a707d (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.