Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

66 -- Cardiovascular Ultrasound System

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument 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-2016-744
 
Point of Contact
Richard Clinkscales, Phone: 3018275302
 
E-Mail Address
richard.clinkscales@nih.gov
(richard.clinkscales@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Cardiovascular Ultrasound System (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-2016-744, and the solicitation is issued as a Request for Quotation (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 not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1, dated August 15, 2016. (iv)The associated NAICS code 334516-Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000 employees. This requirement is not a small business socio-economic set-aside. (v)Cardiovascular Ultrasound System (vi)The purpose of this proposed acquisition is to purchase a Cardiovascular Ultrasound Scanner Hitachi Model Airetta 60CV or equal manufactured by Hitachi Aloka Medical America, 10 Fairfield Boulevard, Wallingford, CT 06492. The National Institute on Aging performs cardiovascular ultrasound as part of its research using the Hitachi Aloka F37 ultrasound device. The Hitachi Aloka F37 ultrasound device is currently inoperable and requires replacement. The features of a cardiovascular ultrasound scanner essential to the government's requirements are as follows: (1) Compact and high image quality Ultrasound Diagnostic System with Multi-Layered Crystal Technology for high sensitivity and high resolution; (2) 2-dimensional tissue tracking or echo tracking that evaluates myocardial movement and changes of cardiac lumen, time phase, and pumping volume. It is necessary to precisely measure displacement of blood vessel to obtain indexes of stiffness of the vessels such as pressure-strain elastic modulus (Ep), stiffness parameter (β), arterial compliance (AC), one-point pulse wave velocity (PWVβ), and augmentation index (AI); (3) Doppler spectrum analysis, which displays FFT analyzed Pulse Wave signal from 2 different points in real time. This is a function that would display Doppler Spectrums of two different sample points simultaneously; (4) Multi processing high-speed digital beam former, A/D Sampling Frequency: 31.25[MHz] Parallel processing: Up to 8 directions; (5) Color Flow Mapping with Flow imaging functions that can display blood flow information in a high spatial and temporal resolution, directional patterns; and (6) Seamless capability to the Hitachi model F37 required to minimize changes in research methodology, software and data output format. (vii)The proposed delivery date is sixty (60) to ninety (90) days after contract 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. The factors used to evaluate offers are (1) technical specifications (see paragraph ‘vi' above); (2) price; and (3) past performance. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (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. Respondents proposing on an equal product 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. 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 September 23, 2016, 12:00 PM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-2016-744. Responses must be submitted electronically to Richard M. Clinkscales at clinkscalesrm@mail.nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will not be accepted. (xvi)For information regarding the solicitation. Richard M. Clinkscales at (301) 827-5302.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-2016-744/listing.html)
 
Place of Performance
Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04273376-W 20160917/160915235638-9043d2c2bddd186cb249d1e2dfdc06f1 (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.