Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

65 -- Preclinical PET/CT for imaging of Rabbits and Non-Human Primates - Provisions & Clauses

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-1889463
 
Archive Date
4/3/2018
 
Point of Contact
Tamara K. McDermott, Phone: 406-375-7487
 
E-Mail Address
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Provisions & Clauses - Full Text I. OVERVIEW: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RML-RFQ-C-1889463. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing with a small business size standard of 1,250 employees. This acquisition will be processed under Simplified Acquisition Procedures, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items and is not a total small business set aside. It is anticipated that one firm fixed price contract will be awarded. II. STATEMENT OF NEED: The National Institute of Allergy and Infectious Diseases (NIAID) seeks to purchase one (1) Positron Emission Tomography (PET) coupled with High-Resolution Computer Tomography (HR-CT) or PET/CT for imaging 0.3-0.5 kg marmosets, 3-5 kg rabbits, and 4-9 kg Rhesus or Cynomolgus macaques. This equipment will expand the capacity of the Institute to image animals for multiple NIAID investigator. The PET/CT imaging equipment will be located in a Biosafety Level 3 (BSL-3) animal facility and must have sufficient resolution and speed to image 0.2 mm anatomic structures in animals as big as Rhesus macaques and adult New Zealand White (NZW) rabbits. The new scanner must fit within the animal room allotted for imaging (4' x 6" ft2) along with the other required equipment for caring for the animals during the procedures. The proposed purchase is for a Brand Name or Equal product. The brand name, and model number of the product(s) are: •Mediso MultiScan LFER 150 PET/CT in-vivo preclinical imager (Part No. LF-00-00-00) •Mediso MobilCell TM Docking Cart system (Part No. LF-50-92-00) •Mediso Small animal add-on kit for MobilCell® (Part No. LF-50-92-00_ •Mediso NM Gating Package (Respiratory & Cardiac/ECG trigger option) for small animals (Part No. SW-51-03-00) •MultiCell TM imaging chamber - Marmoset (075 mm up to 800g) (Part No. MC-40-49-00) •MultiCell TM imaging chamber - L mouse (040 mm up to 50g) (Part No. MC-40-62-00) •MultiCell TM Rabbit Imaging Option - MultiCell TM Rabbit imaging bed with 0160 mm for animals up to 5 kg, Front and rear bed support (Part No. MC-40-60-99) In addition to the PET/CT imager, NIAID requires the following: •On-site spare part kit •On-site application training to include best scanning practices - up to 15 days for 3 or more NIAID personnel •Technical training to include engineering and troubleshooting for 2 NIAID technologists who must keep the machine operating everyday - up to 5 days for 2 NIAID personnel •PET/CT system associate software licenses •Basic calibration - quality phantom set for PET •Basic calibration - quality phantom set for CT •Installation •Shipping & handling to destination - Bethesda, MD To be considered for award, offerors of "equal" products, including "equal" products of the brand name manufacturer, must meet the following criteria for the salient characteristics: 1.Due to size limitations where this equipment will be housed, the maximum footprint for the PET/CT system is 6' x 6' x 6' 2.Internal X-ray shielding such that the operator may be within the room 3.The PET and CT subsystems must be co-registered by both hardware and software design (within one machine unit) with a common animal support 4.Active product with at least 10 years of planned maintenance/parts support 5.Large bore size (~25cm) with a.Transaxial Field of View (TFOV) 16 to 20 cm, b.Axial Field of View (AFOV) ~ 15 cm per bed, c.Multiple bed acquisition protocols programmable to acquire whole body images of medium size animals (rabbit, rhesus NHP) d.The integrated and physically co-registered CT must have the same TFOV and AFOV as the PET 6.PET capable of 1 mm resolution 7.CT capable of 0.2 mm resolution 8.Segmented CT is used for attenuation and scatter correction of PET signal 9.Automated movements for both CT and PET subsystem beds using scout view CT planning image 10.Beds offered for various animal types: rhesus monkey, rabbit, marmoset, rat, mouse 11.Beds for rabbits and smaller animals are integrated with the temperature control (heating support), anesthesia delivery and vital monitoring systems 12.Prospective gating for respiratory and cardiac cycles - programmable with triggering by included animal vital monitoring system 13.US based support and service III. PERIOD OF PERFORMANCE: Estimated completion for the delivery of equipment and installation is May 15, 2018. Training to be completed by July 30, 2018. Estimated total period of performance is from date of award March 21, 2018 - July 30, 2018. IV. DELIVERY: FOB Point shall be Destination, Bethesda, MD. Place of delivery is NIH/NIAID, 33 North Drive, Bethesda, Maryland 20892. Delivery with bed-lift truck to off-load onto dock of 2-6 ft off road level. The Loading Dock hours are as follows: 8 am - 4 pm EST, Monday through Friday except for Federal Holidays. Federal or state ID card and 48-hour prior authorization of delivery required to enter delivery area. All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). V. INSTRUCTIONS: NIAID requests responses from qualified sources capable of providing the requirement as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must - (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by - (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" products, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). All quotes shall include: price(s) (unit price, extended price, total price); manufacturing country of origin of the products; documentation demonstrating offerors is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; Cage Code; business size under NAICS 334510; and payment terms. Offerors must submit offers in the English language and in U.S. dollars. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before Monday, March 19, 2018 1:00 pm EST. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. Reference Solicitation ID: RFQ-RML-C-1889463 on your quote. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make an offeror ineligible for award]. VII. EVALUATION: NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to provide all requested products/services, meet the brand name or equal salient characteristics, providing the proposed products/service in a timely manner, warranty, past performance, and reasonable price. The Government's objective is to obtain the highest quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Non-price factors, when combined, are considered more important than price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Offeror. VIII. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. IX. QUESTIONS: If you have questions regarding this requirement, please submit your inquires immediately, but no later than Tuesday, March 13, 2018 5:00 PM EST, via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. X. SMALL BUSINESS SUBCONTRACTING PLAN [Applicable to Large Businesses only.] NIAID highly encourages small business participation. FAR clause 52.219-9 requires a small business subcontracting plan to be eligible for contract award for solicitations and contracts that offer subcontracting possibilities and expected to exceed $700,000. This requirement does not apply to small business or small disadvantaged business Offerors. A small business subcontracting plan outline that meets the minimal requirements of section 8(d) of the Small Business Act, as amended, and implemented by the Federal Acquisition Regulations (FAR) Subpart 19.7 is available at https://www.hhs.gov/grants/contracts/contract-policies-regulations/subcontractplan/index.html This outline is not intended to replace any existing corporate master plan, which is more extensive. Assistance is available for locating small and small disadvantaged business sources by contacting NIAID's Small Business Specialist. For contact information, please send an inquiry to the Contract Specialist, Tamara McDermott. XI. PROVISIONS, CLAUSES & OTHER Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-1 Instruction to Offerors - Commercial Items (Jan 2017) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.214-34 Submission of Offers in the English Language (Apr 1991) FAR 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-7 Notice of Radioactive Materials (Jan 1997) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.203-70 Anti-Lobbying (December 18, 2015) HHSAR 352.208-70 Printing and Duplication (December 18, 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.223-70 Safety and Health (December 18, 2015) Copies of the above-referenced clauses are available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax. The following additional FAR provisions and clauses are applicable to this requirement and provided in full text as an attachment: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018) FAR 52.225- 6 Trade Agreements Certificate (May 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1889463/listing.html)
 
Place of Performance
Address: NIH/NIAID, 33 North Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04846365-W 20180309/180307231805-d27323a4cf7e73788e3ede26a16fe0b3 (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.