Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

66 -- Maintenance and repair service for General Electric HealthCare (GEHC) MRI scanners

Notice Date
7/10/2020 11:59:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-CSS-20-001783
 
Response Due
7/18/2020 11:00:00 AM
 
Archive Date
07/19/2020
 
Point of Contact
Kim Stapleton, Valerie Whipple
 
E-Mail Address
kim.stapleton@nih.gov, Valerie.whipple@nih.gov
(kim.stapleton@nih.gov, Valerie.whipple@nih.gov)
 
Description
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 NIMH- CSS-20-001783 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 - Other Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $22.5M. SET-ASIDE STATUS This acquisition is unrestricted and available for full and open competition. ACQUISITION AUTHORITY 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 and FAR Part 12-Acquisition of Commercial Items and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06 dated June 5, 2020. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT The National Institutes of Health (NIH), National Institute of Mental Health (NIMH), Functional MRI Facility (FMRIF), requires a contract to cover the maintenance and repair of 3 GEHC MR-750 MRI scanners (system IDs: 301496MR3T4, 301496MR3T5MR, 301496MR3T6MR) at the In-house first call service level.� These scanners are used to conduct neuroscience experiments that look at a wide range of situations and conditions.� Experiments are arranged weeks, and sometimes months in advance.� Maintenance on the FMRIF�s MRI scanners are needed to keep them operational and maximally available to researchers, to allow them to scan their patients and volunteers. PERIOD OF PERFORMANCE Base Period: August 1, 2020 � July 31, 2021 Option Period 1: August 1, 2021 � July 31, 2022 Option Period 2: August 1, 2022 � July 31, 2023 Option Period 3: August 1t, 2023 � July 31, 2024 Option Period 4: August 1, 2024 � July 31, 2025. PLACE OF PERFORMANCE BLDG 10, B1D, BETHMC 10 Center Dr Bethesda, MD 20814 CONTRACT TYPE The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as detailed in the SOW.� In addition, the quote must provide their company name, 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.� TECHNICAL PROPOSAL Offerors may provide up to 20, 8.5 by 11-inch pages (using no less than 10 font size) as their proposal to be evaluated by the Source Evaluation Panel. The technical submission will address the Statement of Work and be responsive to the attached evaluation factors. The 20-page technical submission limitation does not include and is in addition to the pages relating to relevant resume credentials and the price proposal. Technical submission pages in excess of this page limitation will not be considered. COST/PRICE PROPOSAL The cost/price proposal must be completed to include all costs related to the Statement of Work, including the hourly, daily and monthly rates, as appropriate, and all direct and indirect costs for the base and option years. The cost/price proposal shall be submitted in the Microsoft Excel format using the attached price model (Attachment 2). In addition, the quote must provide their company name, 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."" Evaluation Strategy �The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.� The Government will award a contract or purchase order resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price.� See Attachment 3 Technical Evaluation Criteria. IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH ELEMENT OF THE REQUIREMENT. SUBMISSIONS MUST INCLUDE BOTH A TECHNICAL RESPONSE AND A SEPARATE PRICE QUOTATION. CONTRACTORS NOT SUBMITTING BOTH A TECHNICAL RESPONSE AND A SEPARATE PRICE QUOTATION SHALL NOT BE CONSIDERED. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2020) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2020) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CLOSING INFORMATION All responses must be received by 2:00 pm, Friday, July 18, 2020 the closing date of this announcement and must reference solicitation number NIMH-CSS-20-001783. Responses shall be submitted electronically via email to kim.stapleton@nih.gov and valerie.whipple@nih.gov. Attachments: Statement of Work Pricing Model Technical Evaluation Criteria
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/694ad943b29d4d86af3f8d64227bb38c/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05717990-F 20200712/200710230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.