Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOLICITATION NOTICE

66 -- 3 Tesla MRI Scanner with High-Speed Local Gradients - Appendices

Notice Date
7/29/2015
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-15-641
 
Archive Date
9/3/2015
 
Point of Contact
Matthew P. Antonini, Phone: 301-402-1678
 
E-Mail Address
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Appendix E Sample Business Proposal Format Appendix D Information Security Clauses & Provisions Appendix C HHS Clauses & Provisions Appendix B Small Business Subcontracting Plan Appendix A FAR 52.212-3 COMBINED SYNOPSIS/SOLICITATION FOR MRI SCANNER WITH HIGH-SPEED LOCAL GRADIENTS INTRODUCTION AND AUTHORITY This is a combined synopsis/solicitation (CSS) 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 supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-641. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. The National Institute on Drug Abuse, Office of Station Support/Simplified Acquisitions, on behalf of the National Institute of Mental Health, is seeking to purchase one (1) MRI system with high-speed local gradients suitable for state-of-the-art functional MRI research with the appropriate installation, training, and support. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET-ASIDE STATUS The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 500 employees. This acquisition is NOT set aside for small businesses and is available for full and open competition. DESCRIPTION OF REQUIREMENT The Neurophysiology Imaging Facility (NIF) is a core resource of the National Institutes of Health (NIH) intramural research program. Initiated in 2004 primarily by the National Institute of Mental Health (NIMH), with additional contribution from the National Institute for Neurological Disorders and Stroke (NINDS) and National Eye Institute, its function is to serve as a core resource for non-human primate imaging using the method of Magnetic Resonance Imaging (MRI). The capacity to add functional and anatomical imaging to the repertoire of methods used to study the nonhuman primate (NHP) brain at NIH, aids greatly in the understanding of healthy and diseased brain anatomy, function and physiology. At present, the NIF operation is focused on a 4.7T vertical scanner purchased approximately fifteen years ago. To continue the cutting-edge research performed by the NIH, and to accommodate the growing need for NHP scan time, it is necessary that NIF expand its facility by adding an additional MRI scanner. This scanner is planned to occupy the annex of Building 49, which was designed from its original building to house multiple scanners. Since most commercially available scanners suitable for NHPs are human scanners, their design constraints are tailored for humans. We require that this scanner be capable of achieving high performance, which involves the addition of a specialized high-performance gradient coil insert. The new MRI scanner will be used for anatomical and functional scanning of NHPs only, and will never be used to scan humans. All interested companies shall provide quotations for the following requirements: 1. Acquisition of a 3 Tesla MRI Scanner The NIF requires delivery and installation of a new or refurbished 3T scanner suitable for high-performance anatomical and functional MRI in NHP subjects. a. General Systems Performance Requirements The 3T MRI scanner must be capable of collection of state-of-the-art images of the brain for functional MRI using Echo Planar Imaging (EPI), diffusion MRI (dMRI) including diffusion tensor imaging (DTI), diffusion spectrum imaging (DSI), and routine high-resolution neurological and structural brain imaging. The system must achieve the gradient performance outlined below. b. Magnet Field Strength and Bore Size The MRI system shall have a magnetic field strength of 3T. The minimum bore diameter of the system with a transmit/receive radiofrequency RF body coil and gradient hardware subsystems in place shall be 60cm such that it can accommodate a commercially available NHP chair. c. Inclusion of Gradients The MRI system shall provide a gradient system (through accommodating a proven insert gradient coil such as AC88 gradient coil, or by the built in gradient) that meets the performance specifications included in item 2. In the case of accommodating the insert gradient coil, the MRI system must be able to drive/control the auxiliary gradient insert coil with the same pulse sequence environment. d. Radiofrequency Receiver System & Coils The MRI system shall provide a minimum of 16 receiver channels capable of simultaneous (parallel) operation. The system must allow for interfacing with custom-designed coils suitable for NHP imaging. e. Radiofrequency Transmit System The MRI system shall provide a quadrature or dual-channel transmit system. The system must allow for interfacing with custom-designed coils suitable for NHP imaging. The system shall be capable of gating using external triggering signal. f. Image Reconstruction Systems The image reconstruction system of the MRI system must be capable of reconstructing images in real-time when acquiring parallel imaging data. Specifically, the system must be able to perform reconstruction of 2D parallel imaging data (EPI, matrix size 128, acceleration factor 2-4) acquired with 16 receive coils at a frame rate of at least 15 frames per second. The reconstruction hardware must feature a minimum of 32 GB RAM and a 64 bit multiprocessor system (8 cores minimum). The reconstruction system must be programmable by NIH investigators. g. Software The MRI system shall come with state-of-the-art software packages for sequence and reconstruction to enable functional MRI, diffusion MRI, and routine neurological imaging including Echo Planar Imaging and high-resolution structural imaging. The MRI system is to be used for NHP research. Therefore, the Government requires access to technical information about the operations of the system in order to successfully use and design both gradient and RF coils. The MRI system must be fully programmable such that end users and investigators can modify and customize the MRI pulse sequences and perform customized image reconstruction. Experimental MRI pulse sequences must be sharable with other researchers in the field. Real-time streaming access must be provided for the acquired magnetic resonance raw data for in-house developed image reconstruction. 2. Acquisition of Two High Performance Gradient Inserts for NHP Scanning The NIF requires two (2) gradient inserts that fit inside and are compatible with a 3T horizontal scanner, one (1) of which will be installed during the period of performance. a. General Performance Requirements The gradient inserts must be capable of generating a gradient strength of +/-80 mT/m along each physical (X, Y, Z) gradient axis both independently and simultaneously. The magnetic field gradient for each physical (X, Y, Z) gradient axis must be capable of being slewed independently and simultaneously at 500mT/m/ms through all gradient amplitudes. The gradient insert must have a useable inner diameter of at least 36cm and must be at least 70cm long. The gradient insert must be capable of shimming to at least 7.5% over a DSV of 22cm. b. Important Components A complete set of cables and electronic accessories required for the correct operation of a gradient insert. This may include the following: •Shim cabinet •Switch for powering the gradient inserts from the main gradient power supply •Appropriate gradient cabling •Shim power supply for the gradients •Secondary patient table appropriate for primate imaging •Head coil attached to allow main gradient host to be powered up •Any software required for compatibility and correct operation with MRI Scanner 3. Installation of MRI System and gradient insert The successful offeror shall design and perform complete installation of one (1) gradient insert into the MRI Scanner. The successful offeror shall design and perform complete installation of the MRI scanner into a space on the NIH campus that will be renovated to accommodate the system. All labor and materials associated with storage, shipping, and installation shall be provided by the successful offeror. All renovations and installations shall be staged to minimize disruption to existing NIH, FMRIF and NMR Center operations. 4. MRI Systems Training The successful offeror shall provide 2-day, on-site training to 4 NIF staff in all hardware and software that will be required for routine operation of the MRI system with gradient coil insert. The goal of the training is to allow designated operators to provide a safe MRI scanning environment for users of the facility. The Contractor shall additionally provide training in pulse sequence and reconstruction software development for staff involved in methods development. 5. Six (6) Months of Storage Prior to installation, it is required that the successful offeror shall be responsible for storing the scanner cold or accepting the risk and expense of a warm-up and cold helium fill. The offeror shall be able to store the magnet for up to 6 months prior to installation. 6. Ongoing service of MRI Systems The MRI system shall come with a warranty of at least 6 months. During the warranty period, the contractor shall provide maintenance support and equipment and software upgrades in accordance with industry standards. a. Warranty Period Maintenance and Upgrade Support The contractor must provide on-site maintenance service and upgrade support for the MRI system. The on-site maintenance service shall ensure the MRI Systems remain operable and fully functional. The system shall be kept operational according to manufacturer specifications with high predictability and reliability to support operations in the NIH NIF. The system will be in heavy use, and any system unavailability ("downtime") will impact a wide range of NHP research studies at the NIH and the mission of the NIH NIF. b. Two (2) Years of Optional Maintenance The contractor shall be prepared to provide two (2) years of optional maintenance support for the contract. At a minimum, this must include: •Parts and labor •Repairs as-needed to manufacturer parts: coldheads, coils, etc. •Cryogen refills •Software support •Preventative Maintenance visits The system shall be kept operational according to manufacturer specifications with high predictability and reliability to support operations in the NIH NIF. The system will be in heavy use, and any system unavailability ("downtime") will impact a wide range of NHP research studies at the NIH and the mission of the NIH NIF. A sample of how to price options is included at Appendix E. PERIOD OF PERFORMANCE The period of performance is twelve months from the date of award. This period of performance shall include storage until the site is prepared, delivery of the scanner from storage, installation of the MRI system into newly renovated space, as well as training. Warranty and associated maintenance and upgrade support shall be provided for the warranty's duration. Optional maintenance periods shall commence upon the expiration of warranty coverage or the end of the initial twelve-month period of performance, whichever is earlier. PLACE OF PERFORMANCE Address:Neurophysiology Imaging Facility 49 Convent Drive, Rooms B2-106A Bethesda, MD Postal Code:20892 Country:UNITED STATES This is the approximate location of the space that will be renovated into a bay to accommodate the MRI system. CONTRACT TYPE The Government intends to issue a firm fixed price contract for this requirement. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: [To be specified prior to award] The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change its COR designation. APPLICABLE CLAUSES AND PROVISIONS The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/?q=browsefar The following contract clauses apply to this acquisition: •FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (May 2015) •FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (May 2015) The following subparagraphs of FAR 52.212-5 are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637(d)(4)). (iii) Alternate II (Oct 2001) of 52.219-9. (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). •FAR 52.217-9, "Option to Extend the Term of the Contract" (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. Offerors that are NOT small business concerns shall be required to submit an acceptable subcontracting plan in accordance with the terms of the FAR 52.219-9, "Small Business Subcontracting Plan" (October 2014). An example of such a plan is attached at Appendix A. The following solicitation provisions apply to this acquisition: • FAR 52.212-1, "Instructions to Offerors-Commercial Items" (April 2014) • FAR 52.212-2, "Evaluation-Commercial Items." (October 2014) (a) The Government will award a purchase order 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 (inclusive of options). The following factors shall be used to evaluate offers: Factor 1: Technical Capability (70%) The successful offeror shall demonstrate capability in operating and delivering MRI systems with local high-speed gradient inserts. The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment. The Government shall evaluate quotations for their ability to meet each project requirement. Factor 2: Approach to Delivery, Installation, Calibration, Training, and Support (15%) The successful offeror shall demonstrate knowledge of the installation of major MRI imaging systems, an ability to adapt to rigorous siting conditions, and flexibility in storage capabilities. The offeror shall detail in its technical proposal how it plans to meet the delivery, installation, calibration, training, and support requirements. The Government shall evaluate quotations for quality and efficiency of proposed delivery, installation, calibration, training, and support. Factor 3: Past Performance (15%) The successful offeror shall demonstrate a history of satisfactory installation of 3T scanners, especially in research environments. The Government shall evaluate quotations based on projects that are similar in size, scope, and complexity to the requirements contained in the ‘Description of Requirement'. Offerors shall identify one (1) contract completed in the past five years, similar in size and scope to the requirements outlined in the ‘Description of Requirement', for which the offeror was the prime contractor. The following information must be provided for each contract identified: •Name of contracting organization •Contract number •Contract type •Total contract value •Description of the requirement •Narrative of specific responsibilities of the offeror as they relate to this RFQ These three factors are considered significantly more important than price in determining the best value to the Government. (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. • FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (March 2015), attached at Appendix B. • FAR 52.217-5, "Evaluation of Options" (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Additional clauses and provisions from HHS Acquisition Regulation are attached at Appendix C. Additional clauses and provisions related to information technology security are attached at Appendix D. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared Annually as follows on August 31. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov. REQUESTS FOR CLARIFICATION Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Matthew Antonini, at Matthew.Antonini@nih.gov by or before 12:00 p.m. EST on 8/5/2015. Late questions will not be accepted. Questions will be anonymized and answered, with the answers being posted to this solicitation notice by amendment. QUOTATION SUBMISSION Quotes are due on 8/19/2015, no later than 12:00 p.m. EST. All responses must be submitted via email to Matthew.Antonini@nih.gov and reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-641. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and shall not exceed 10 single-sided pages. The price quotation must include pricing for each numbered requirement (1-6) listed under "Description of Requirement." A sample template for the price quotation is attached as Appendix E. 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. Offerors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-15-641/listing.html)
 
Place of Performance
Address: Neurophysiology Imaging Facility, 49 Convent Drive, Rooms B2-106A, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03815112-W 20150731/150729235808-d9f865e4fd06f56a3b3e458dd1a40fc7 (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.