Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

65 -- Avance III Console Upgrade for Bruker Biospin 7T MRI - Terms and Conditions

Notice Date
7/1/2016
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2016-478
 
Archive Date
8/9/2016
 
Point of Contact
Brian Lind, Phone: 301.827.5298
 
E-Mail Address
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Need Invoice Instructions Terms and Conditions - Executive Orders Terms and Conditions (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; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS_NIH_NIDA_SSSA_NOI_2016-478 and the solicitation is issued as an Request for Quote (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Bruker Biospin, 15 Fortune Drive, Bellerica, MA 01821-3991 for a parallel receiver upgrade for the existing 7T MRI. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Part 6.302-1(2)(ii)(A) Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-6 dated 07-01-2016.. (iv)The associated NAICS code 334510 and the small business size standard 500 employees. This requirement is being procured with no socio-economic set asides. (v)Major upgrade to our Bruker Biospec 7T/30cm MRI scanner, consisting of new AV3 HD console hardware, ParaVision software and probes to support parallel imaging, arterial spin labeling and other new functions. This hardware and software must be compatible with existing Bruker-manufactured components of our system that we are keeping, including the 7T/30cm magnet, BGA12S-HP, BGA20/BS30 and BG6 gradient/shim sets and 72 mm and 86 mm volume coils. (vi)Avance III HD Console Upgrade for Preclinical MRI Systems (vii)Delivery and installation should take place within 6 months of the receipt of award. (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, applies to this acquisition. (a) 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. Technical factors as it realtes to capatabilty are more important than cost. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The 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. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. None (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)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; maintenance availability; and environmental and energy efficiency considerations. 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." All responses must be received by July 25, 2016 at 9:00 AM (EST) and reference number HHS_NIH_NIDA_SSSA_NOI_2016-478. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation, Brian Lind 301-827-5298.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2016-478/listing.html)
 
Place of Performance
Address: BRC, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04170423-W 20160703/160701234632-ca52bca201dfd22a9609b96e84c7a34e (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.