SOLICITATION NOTICE
66 -- Service Agreement for PRISMA 3T MRI Scanner - Attachments
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- NIHDA201800291
- Archive Date
- 8/25/2018
- Point of Contact
- Ejinwaemeonu Ndidi Okeagu, Phone: 3014436677
- E-Mail Address
-
ejinwaemeonu.okeagu@nih.gov
(ejinwaemeonu.okeagu@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand-Name Justification 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017, With Addenda 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) Invoice Instructions Statement of Work A. Solicitation Type: (i) This is a solicitation for commercial services 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 separate written solicitation will not be issued. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97-1 / 01-24-2018. (iii) The North American Industry Classification System (NAICS) code for this procurement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard of $20.5 million. B. Background: The Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) is located on the campus of Johns Hopkins Bayview Medical Center (JHBMC) in Baltimore, Maryland. The goal of the Neuroimaging Research Branch (NRB) of the NIDA IRP is to better understand the neurobiological mechanisms of drug addiction, the neural consequences of short and long-term drug use and the potential reversibility of these neuroadaptations. The major paradigm employed toward this goal is the development and application of novel neuroimaging tools, predominantly magnetic resonance imaging (MRI). In May 2017, the NRB purchased a Siemens MAGNETOM Prisma 3T MRI Scanner with a one year full service agreement which expires on August 14, 2018. This scanner is used to perform imaging studies for human clinical research purposes. To ensure continued high imaging performance to support research of neurobiological mechanisms of drug addiction, the NRB requires a service maintenance agreement for the scanner after this date, without interruption in service. C. Purpose and Objective: The purpose of this acquisition is to acquire a service contract for ongoing maintenance of the PRISMA 3T MRI Scanner owned by the NIDA IRP NRB. D. Project Requirements: Please see attached Statement of Work for further details. E. Period of Performance: The estimated period of performance is one year with three option years. August 15, 2018 through August 14, 2019. Option Year 1: 8/15/2019 - 8/14/2020 Option Year 2: 8/15/2020 - 8/14/2021 Option Year 3: 8/15/2021 - 8/14/2022 F. Deliverables: Documentation shall be provided by the vendor to show they completed the service on the equipment and left with the COR or POC. The service technician is to present a service ticket that briefly details the work performed to the POC for signature and a copy of the ticket is to be left with the POC. A detailed written report of any service is to be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being performed. G. Confidentiality of Information: The Contractor will hold in confidence and not disclose any information it obtains by means which is designated by NIDA-IRP as confidential or proprietary. The Contractor will use reasonable efforts to protect against any such disclosure. H. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of 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 Government may unilaterally change the COR designation at any time throughout the performance period of this contract. I. Proposal Evaluation: a. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. b. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government intends to 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 factors detailed below shall be used to evaluate offers. Technical and past performance, when combined are significantly more important than price. c. The following evaluation factor will be used when reviewing the technical proposals. Factor 1.Technical Proposal (100 Points) 1. Technical Approach The offeror is an authorized distributor and maintenance provider for the Siemens Prisma 3T MRI Scanner, 2) the offeror's ability to meet the prescribed services. 2. Past Performance: Demonstrated relevant and recent performance of the offeror and any proposed subcontractors on current and past contracts of similar size, scope. "Relevant" means active or completed contracts that required offeror to maintenance and service for the Siemens Prisma 3T MRI Scanner. "Recent" means active contracts or contracts completed within five years from the issuance date of the NIDA solicitation. 3. Key Personnel: the offeror must be able to provide authorized Siemens trained technicians to perform the maintenance service of associated hardware and software of the Siemens Prisma 3T MRI Scanner. (d) 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. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor's ability to meet the government's requirements stated in this notice and on ability to deliver required services and supplies. J. Additional Clauses: (a) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (b) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (c) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. See attachment. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. K. Cost/Price Evaluation: Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. L. Representations and Certifications: Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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." M. Due Date for Response(s) All responses must be received no later than August 10, 2018 at 10:00 AM EST. Late responses will not be accepted. All responses must reference solicitation number NIHDA201800291. Responses must be submitted electronically to ejinwaemeonu.okeagu@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Ndidi Okeagu by email at ejinwaemeonu.okeagu@nih.gov or by phone at 301-443-6677. ATTACHMENTS: 1. Statement of Work 2. Invoice and Payment Provisions (2/2014) 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) 4. 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017), With Addenda 5. Brand-Name Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800291/listing.html)
- Place of Performance
- Address: The Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA), Johns Hopkins Bayview Medical Center (JHBMC), 251 Bayview Blvd, RM B1A739, Baltimore, MD 21224, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05026499-W 20180810/180808231107-7f491c477b9f95cbf60b41ca3d8b78a6 (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 |