SOLICITATION NOTICE
65 -- 7T MRI - Attachments
- Notice Date
- 8/16/2016
- 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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-680
- Archive Date
- 9/24/2016
- Point of Contact
- Brian Lind, Phone: 301.827.5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment Number Five -7T MRI Specifications Attachment Number Four - Sub-Contracting Plan Attachment Number Three - 52.212-9 Attachment Number Two Addendum to 52.212-5 Addendum to 52.212-4 Title: 7T Human Magnetic Resonance Imaging Unit (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-CSS-2016-680 and the solicitation is issued as a Request for Proposal (RFP). 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 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 date July 14, 2016. (iv) The associated NAICS code 334510 and the small business size standard 500 employees. This requirement is full and open with no set aside restrictions. (v) Project Background This project originates from the NIH MRI Research Facility (NMRF) in the intramural program of the National Institute of Neurological Disorders and Stroke (NINDS), National Institutes of Health (NIH) in Bethesda, MD. NMRF is trans-NIH resource for high-field human magnetic resonance imaging (MRI) and spectroscopy studies. Its function is to serve as a resource by which all NIH institutes can perform MRI studies that further the understanding of healthy and diseased brain anatomy, function and physiology. The NMRF currently operates a 3T human MRI system. Over the last few years, MRI at 7 T has advanced significantly. To continue to support cutting- edge research performed by NIH researchers, it is necessary that the NMRF have the most modern equipment available to provide researchers with access to the latest equipment, tools, and techniques for their experiments. Project Objective Acquisition of a 7 T MRI system to replace the current 3 T MRI system. This system will be used for clinical and preclinical research. The NMRF/NINDS requires a 7 T MRI and spectroscopy system suitable for human studies that will consist of a 7 T superconducting magnet, active shim and gradient systems, radio frequency electronics and an operator console. The 0.5 mT contour of the magnet fringe field shall be contained within a 6.0 m x 9.7 m size room. The magnet shall be delivered to the site through a roof hatch of size 2.7 m x 3.3 m. The requirements for each component are specified in the Statement of Work (Attachment Five of this Solicitation). However, the vendor is encouraged to offer a system with best possible specifications, and the proposed enhancements will be considered and evaluated during the technical review of the quotations. Site preparation and installation shall be performed within 24 months following contract award. Installation is to be made to: The National Institutes of Health The Clinical Center 10 Center Drive Building 10, Room B1D305 Bethesda, MD 20892 (vi)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Any response to this solicitation\synopsis must include the offerors ability to meet or exceed the specified requirements in addition to the fully satisfying the mandatory requirements and the delivery and installation schedule. Proposals need to include projected pricing for the most up-to-date computer system (Hardware and Software). All non-small business respondents must include a completed small business sub-contracting plan. (vii)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 following factors shall be used to evaluate offers: MANDATORY REQUIREMENTS (INFORMATION): Offerors must provide descriptive literature, warranties, and/or other materials that demonstrate that their offer meets the foregoing requirements. In addition to any of the aforementioned technical/descriptive information, the quoter/offeror shall provide the following information for use in the technical evaluation process: 1) Magnetic field homogeneity specifications (p-p for a 45, 25 and 12 cm DSV). 2) All magnet specifications to evaluate the capability, including but not limited to overall dimensions, weight, superconductor type and current, shims etc. 3) Details of optional magnetic/RF shielding specifications and proposed layout with magnet in place including distance to 1.5 and 0.5 mT fringe field contour lines. 4) Details of RF element lay out for the transmit array coil along with the maximum RF power levels that can be used on human studies in the parallel transmit mode. 5) Corporate experience in high field (> 3T) large bore (> 60 cm) MRI system design and construction for human imaging. The above mandatory requirements\Information is evaluated as pass\fail and failure to supply the required information will result in offers not being evaluated further for award. EVALUATION CRITERIA The major evaluation factors for this RFQ include technical and price factors. The technical portion of the quotations will receive paramount consideration in making an award. However, the price will also be a significant factor. The Government will consider quotations for the basic requirement and the add-options in its technical and price evaluations. The following technical evaluation criteria will be used by the Government when reviewing the technical portion of the quotation. The criteria below are listed in the order of relative importance with weights assigned for evaluation purposes: Technical Capabilities - (50% of overall Rating) 1) The system provides the highest possible specifications for the magnet in terms of field homogeneity, extent of the fringe field, field drift, weight, dimensions, and cryogen consumption without and with gradient induced heating (25%); 2) The system provides the highest possible specifications for the gradient and shim/gradient coils and RF electronics beyond the minimum specifications (25%); 3) Vendor experience and demonstrated ability to design and construct high field MRI systems similar to the one specified in this solicitation, and the feasibility and technical soundness of any proposed novel technologies or capabilities (25 %). 4) The extent of compatibility of the proposed system with existing MRI scanners in the NIH NMR Center (25%). Cost - (30% of overall Rating) With regard to price, the price evaluation will be based on the aggregate of the basic requirement and all add-options. Past Performance - (20% of overall Rating) Offerors are required to provide at three (3) references and contracts awarded over the past 4 years and the projects can be either completed or in progress. Technical and past performance, when combined, are (1) significantly more important than cost or price; (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. (viii) 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. (ix) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Please refer to attachment number one for the complete listing of additional clauses applicable to this solicitation. (x) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please refer to attachment number two for all applicable provisions and clauses. (xi) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. 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. 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 FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2015) The full text can be found in attachment number three. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. 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 9, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-CSS-2016-680. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xiv) All request for information and or questions regarding this solicitation must be in writing and submitted to Mr. Brian Lind at lindbj@nida.nih.gov. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-680/listing.html)
- Place of Performance
- Address: National Institutes of Health, National Institute of Neurological Disorder and Stroke', 10 Center Drive, Building 10, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04226287-W 20160818/160816235839-f66f3ad2aa26c183747ae45b02455ac8 (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 |