Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
SOLICITATION NOTICE

J -- Toshiba CT Scanner Maintenance Services

Notice Date
4/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-HL-2016-066-JML
 
Archive Date
5/7/2016
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
john.lear@nih.gov
(john.lear@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(1)Action Code: Combined Synopsis/Solicitation (2)Date: April 14th (3)Year: 2016 (4)Contracting Office Zip Code: 20892 (5)Classification Code: J066 (6)Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7)Subject/Title: Toshiba CT Scanner Maintenance Services (8)Proposed Solicitation Number: NHLBI-CSB-HL-2016-066-JML (9)Closing Response Date: April 22, 2016 (10)Contact Point: Jonathan M. Lear, Contracting Officer (11)Contract Award and Solicitation Number: TBD (12)Contract Award Dollar Amount: TBD (13)Contract Line Item Number(s): Line Item 1: Toshiba CT Scanner Maintenance Plan; Line Item 2: Option Year 1; Line Item 3: Option Year 2; Line Item 4: Option Year 3; Line Item 5: Option Year 4 (14)Contractor Award Date: TBD (15)Contractor Name: TBD (16)Description: The Intramural Research Program of the National Heart, Lung, and Blood Institute (NHLBI) is requesting contractor support to provide preventative maintenance services for the Toshiba Aquilion One CT Scanner. This equipment supports the Cardiovascular CT Program's pre-clinical and clinical research using high resolution CT scans to study myocardial perfusion, myocardial viability, coronary calcium, coronary artery stenosis, catheter-based interventions, robotic surgery and radiation reduction techniques. (i)"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; quotes are being requested and a written solicitation will not be issued." (ii)The solicitation number is NHLBI-CSB-HL-2016-066-JML and the solicitation is issued as a request for quote (RFQ). (iii)The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 effective 06 APR 2016. (iv) The associated NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the small business size standard is $20.5M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.5. (v)The Contractor Requirements are listed below: (vi)The Contractor Shall Provide: The following items are included in this Agreement: -One-Vision-640 Series.000 (Aquilion One Vision Edition 640 Series Dynamic Volume CT Scanner with AIDR 3D) (S/N: 30006068) -CTTUBE.E.UNLTD.010 (Unlimited Tube Coverage) Qty. 1 -CHEG-005A/2B.003 (ECG Gating Scanning System) Qty. 1 -VITREABASE (Vitrea System Software) Qty. 1 -VIT-FX-CTBRN-4D (Vitrea FX CTBRN4D <SERV TRACK>) Qty. 2 -VITREA-ACCESS (Vitrea Access) Qty. 1 -VITREA-AVM (Vitrea AVM Software) Qty. 4 -VITREA-CARD/CFA (Vital Images CT CFA and Cardiac Vessel Probe - Evaluation of Coronary Arteries) Qty. 4 -VITREA-CARDIAC (Vital Images CT Cardiac Vessel Probe - Evaluation of Coronary Arteries) Qty. 4 -VITREA-COLON (SureColon Vitrea Software) Qty. 3 -VITREA-LUNG (SurePulmo Lung Nodule Software) Qty. 1 -VITREA-PERFUSN (SurePerfusion CT Brain Perfusion Software) Qty. 1 -VITREA-VESSEL (Vital Images Peripheral Vessel Probe) Qty. 4 -VITREA-VSCORE (Vitrea vScore Calcium Scoring Software) Qty. 4 -VIT-SUREPLAQUE (Vitrea SurePlaque Application for Aquilion) Qty. 3 -VIT-SW-FX-BASE (Vitrea FX SW, Serv Tracking>) Qty. 3 The contractor shall provide all labor, material, and equipment to provide preventative maintenance for the Government-owned Toshiba CT Scanner, Serial Number 30006068. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. Planned Maintenance Service, as specified by the contractor. The customer will provide contractor service personnel with full access at the agreed upon time. Routine System Calibration Tests, as specified by the contractor. Customer will perform normal operator adjustments specified in the Equipment Operation Manual. Remedial Maintenance Labor required to maintain the system at manufacturer's specifications during Covered Hours. Labor requested outside of the Covered Hours will be billed at the contractor's applicable hourly rate then in effect. Quality Assurance Evaluations, as specified by the contractor. The contractor shall routinely perform quality assurance evaluations in order to assure optimum performance. Customer will provide contractor service personnel full access for such purposes at times mutually agreed to in advance. If applicable, customer will run simplified Quality Assurance tests utilizing InnerVision Plus® remote diagnostics. Replacement of Parts, at the contractor's cost, which fail during the term of the contract. Parts that are cosmetic in nature or expendable will be replaced at Customer's cost, including items such as patient pads, head cushions, and acrylic parts. Replaced parts will become the property of the contractor. Parts replaced may be refurbished. Travel and other expenses incurred by the contractor's Customer Engineers during covered hours. Uptime Guarantee. Uptime guarantees are measured based on covered hours, excluding the contractor's recognized holidays. Uptime will be calculated using the following formula: Uptime = (Base Time - Downtime) / Base Time. Contractor Requirements: Contractor service technicians shall be factory trained and have experience in the servicing of the aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. (vii)Period of Performance: Base Year: May 1, 2016 - April 30, 2017 Option Year 1: May 1, 2017 - April 30, 2018 Option Year 2: May 1, 2018 - April 30, 2019 Option Year 3: May 1, 2019 - April 30, 2020 Option Year 4: May 1, 2020 - April 30, 2021 Place of Performance: National Institute of Health, NHLBI 9000 Rockville Pike Bethesda, MD 20892 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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. The following factors shall be used to evaluate offers: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical, past performance, and cost evaluation factors considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and Past Performance evaluation factors are more important than cost. Total points: 100 1.Technical Evaluation factors (60 points) a.Maintenance Services to be provided by qualified factory trained service technicians, trained back up representative for primary technician; b.Provided repair parts are to the OEM specifications; c.Ability to respond to service requests in a reasonable time; 2.Past Performance (30 points) a.Provide customer surveys or other applicable past performance questionnaires demonstrating work performed relating to the required tasks and services. A list of Purchase Orders and or Contracts providing for services over the past three (3) years may be provided if no applicable surveys or questionnaires are obtainable. If no past performance documents are provided the Contract Officer will base the past performance score on the contracting officer's knowledge of and previous experience with the supply or service being acquired. 3.Price (10 points) (x)FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation ii.52.233-3, Protest After Award iii.52.233-4, Applicable Law for Breach of Contract Claim iv.52.222-3, Convict Labor v.52.222-21, Prohibition of Segregated Facilities vi.52.222-26, Equal Opportunity vii.52.222-36, Equal Opportunity for Workers with Disabilities viii.52.222-50 Combating Trafficking in Persons ix.52.225-13, Restrictions on Certain Foreign Purchases x.52.232-33, Payment by Electronic Funds Transfer-System for Award Management xi.52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving xii.52.244-6, Subcontracts for Commercial Items xiii.52.2232-39, Unenforceability of Unauthorized Obligations (xiii)All responses must be received by April 22, 2016 at 9:00 AM and must reference number NHLBI-CSB-HL-2016-066-JML. Responses may be submitted electronically to john.lear@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan M. Lear. Phone: 301-451-4470; Faxed responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2016-066-JML/listing.html)
 
Place of Performance
Address: The National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04084336-W 20160416/160414234701-4dd42aa878e8e7ee73021bd406e881d7 (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.