Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2017 FBO #5705
SOURCES SOUGHT

66 -- Service Contract for Achieva 3T MRI System - Sources Sought 4569829

Notice Date
7/5/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument 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, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-17-505
 
Archive Date
7/27/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 4569829 - Service Contract for Achieva 3T MRI System Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-505 2. Title: Service Contract for Achieva 3T MRI System 3. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4. Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institute of Neurological Disorders and Strokes (NINDS) supports research into the causes, treatment, and prevention of neurological disorders and stroke. In 2004, NIH/NINDS Stroke Branch program purchased an Achieva 3T MRI system and placed it at MedStar Washington Hospital Center. The equipment is continually used to scan more than 600 patients annually with stroke and traumatic brain injury symptoms. It is essential that this 3T MRI system is under a service contract as the 3T MRI is the primary diagnostic tool used by physicians to accurately diagnose and perform clinical research on patients with stroke and traumatic brain injury symptoms. Purpose and Objectives: To procure a new service contract for a Achieva 3T MRI system located at MedStar Washington Hospital Center to ensure MRI system is maintained in peak operating status for the NINDS Stroke and TBI clinical research teams to be able to accurately triage, diagnose and treat stroke and traumatic brain injury patients. Period of Performance: The period of performance shall consist one base year and subsequent year-long optional period of performance: Base YearAugust 1, 2017 - July 31, 2018 Option Year One (1)August 1, 2018 - July 31, 2019 Project Requirements: The contractor shall provide a service and maintenance contract for a Phillips Achieva 3T MRI system (Serial No. 17031) to ensure maximum scanner performance and operation. Contractor shall provide the following services: • Contractor shall provide on-site maintenance and service by an Original Equipment Manufacturer (OEM) trained service engineer during standard hours of coverage (8am-9pm local prevailing time, Monday through Friday, excluding federal holidays) to assure efficient service of the scanner. Service engineer shall provide a guaranteed response within one hour after initial service request is made. If on-site service is determined to be required, on-site response from service engineer shall be no longer than 4 hours during standard hours of coverage. • Contractor shall supply new OEM parts and supplies to maintain Phillips Achieva 3T MRI system at specifications. All spare and strategic parts and supplies that fail during normal use shall be replaced with original manufacturer parts the next day or earliest day delivery at no cost to the Government. • Contractor shall have a spare parts inventory of parts likely to be needed during the period of performance. • Contractor shall be able to access and upgrade the proprietary, diagnostic software necessary for maintaining the highly technical Achieva 3T MRI system. • Contractor shall provide equipment planned maintenance services per manufacturer specifications and perform adjustments as specified by the manufacturer for the Achieva 3T MRI system. Scheduled maintenance shall be performed at a mutually agreed upon time during standard hours of coverage (from 8:00 AM to 9:00PM local prevailing time, Monday through Friday, excluding federal holidays). • Contractor shall provide unlimited technical services (24x7) & clinical applications telephone support (Mon-Fri 8am - 9pm) and remote proactive monitoring of Achieva MRI system. • Contractor shall provide all necessary documentation, parts and supplies, tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required to ensure the Achieva 3T MRI system is up and operating in optimal condition. The contractor shall provide an uptime guarantee of at least 98%.. • Contractor must allow the future flexibility to procure hardware and software upgrades as deemed necessary for the system to function at the highest quality of performance. Delivery / Deliverables: Contractor shall guarantee Achieva 3T MRI system is up and operating in optimal condition at least 98% of the time. Other Considerations Reporting Requirements: Contractor shall provide service engineer reports after each maintenance or service visit, inclusive of uptime monitoring of the Achieva 3T MRI system, to ensure the equipment is up and operating in optimal condition at least 98% of the time. Key Personnel: Contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within required response time and maintain the equipment at peak factory performance. Contractor must provide OEM Service Engineer certification documentation. The place of performance shall be MedStar Washington Hospital Center, 110 Irving St., NW, Washington, DC 20010. Capability statement /information sought. Please provide a capability statement, this includes: •Provide evidence the respondent has performed services. •Provide evidence of similar previous contracts of research of the same magnitude. •Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your DUNS number, organization name, address point of contact, and size and type of business (e.g., 8(a), HubZone, etc.,) pursuant to the applicable NAICS code and any other information that may be helpful. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, July 12, 2017 at 12:00PM, Eastern Standard Time. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-17-505/listing.html)
 
Place of Performance
Address: 110 Irving Street NW, Washington, District of Columbia, 20010, United States
Zip Code: 20010
 
Record
SN04567169-W 20170707/170705235424-4c47294b40a42629ce30275ddc09088b (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.