Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2016 FBO #5371
SOLICITATION NOTICE

66 -- 3D ASL for General Electric MR-750 3.0T MRI Scanner

Notice Date
8/5/2016
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-2016-607
 
Archive Date
9/3/2016
 
Point of Contact
Pamela J. Daugherty, Phone: 3014802467
 
E-Mail Address
pamela.daugherty@nih.gov
(pamela.daugherty@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support and Simplified Acquisitions (SSSA) Branch intends to solicit by a request for quotation from General Electric Company, GE Healthcare for award on or around August 25, 2016. The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH) with new software 3D ASL software for the General Electric MR-750 3.0T MRI Scanner. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811310 with a Size Standard of $20.5 Million. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-85 dated August 5, 2016. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: This purchase is to provide software to allow the FMRIF 3TC MRI scanner to be able to collect and compute cerebral perfusion maps. Such data will add to that already being collected by researchers engaged in studying patients with a variety of mental conditions, ranging from children with development disorders, to older patients with motion disorders of neural origin, and should enhance understanding of these conditions. PROJECT REQUIREMENTS: The software must run on a General Electric MR-750 3 Tesla MRI scanner, running console software version DV2202. A single option key is required for GE Healthcare system ID 301496MR3T4. From the data collected, the software should compute and display quantitative maps of cerebral perfusion in a human patient. The total scan time should be less than 10 minutes and the software should be capable at providing maps anywhere in the range of 2 mm to 5mm isotropic resolution. The software and the device on which it runs are both FDA approved products, and as such, only GE Healthcare has the knowledge of the hardware and system software to have it certified by the FDA for patient use. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, GE Healthcare, Inc. is the only vendor in the marketplace that can provide the products required by NIMH. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a sources sought notice was posted to FedBizOpps referencing the above detailed requirements and no responses were received from other vendors. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only GE Healthcare, Inc., is capable of meeting the needs of this requirement. The intended source is: General Electric, GE Healthcare P.O. Box 96483 Chicago, IL 60693 APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, HHS-NIH-NIDA-SSSA-NOI-2016-607. Responses must be submitted electronically to Pamela Daugherty, Contract Specialist, at pamela.daugherty@nih.gov. U.S. Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2016-607/listing.html)
 
Place of Performance
Address: NIH Main Campus, Building 10, Wing CRC, 1st Floor, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04212296-W 20160807/160805235306-728774efb73b13938d5ddd39d841e6b0 (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.