SOLICITATION NOTICE
66 -- Brand Name or Equal MR Solutions MicroPET 1203/CT Scanner System
- Notice Date
- 8/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC82590-73
- Point of Contact
- Ronette P. Collins, Phone: 2402765745, Reyes Rodriguez, Phone: 240-276-5442
- E-Mail Address
-
ronette.collins@nih.gov, reyes.rodriguez@nih.gov
(ronette.collins@nih.gov, reyes.rodriguez@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as FedEx, UPS and other private carriers please use Rockville, MD 20850. The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP) plans to procure a brand name or equal MR Solutions microPET/1203CT Scanner System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC8252590-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-101 (JUL 2018) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. This acquisition is a 100% small business set-aside. Only one award will be made as a result of this solicitation. Only one award will be made as a result of this solicitation. This will be awarded as a severable firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. I. Description of Requirement The NCI/CCR/MIP is focused on the development of advanced imaging tools to further the treatment of cancer in humans. The program is composed of a clinical and pre-clinical section. As part of the pre-clinical effort, the MIP houses a microPET/CT Scanner on which small animals are scanned. This has proven invaluable in the imaging research being performed within the MIP and NCI. The requirement includes the instrument, installation, and training. The following product features/salient characteristics are required for this requirement: • Bore size must be a minimum of 160mm • Transverse Field of View (FOV) must be a minimum of 120mm • Axial Length must be a minimum of 150mm • Scan length for PET/CT combined must be a minimum of 300mm • Must use PET depth-of-interaction technology • Must have a modular PET component that is compatible with MR Solutions model 3017 MRI (Magnetic Resonance Imaging) System • Must support helical CT scanning of 15cm rodent in 1 minute or less • Must have a NEMA spatial resolution of less than or equal to 1.4mm • Must have a maximum foot print of 5ft x 7.5ft • Must have a minimum 12 months year manufacturer warranty • Must include training and installation • Must operate on 110V, 20A circuit • Must have US based service personnel • Quote must include shipping and installation cost. NCI will not be responsible for any cost not included in the quote. II. Delivery: Contractor shall deliver the item(s) within 180 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, Contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6. 52.212-1 Instructions to Offerors Commercial Items (JAN 2017); 52.212-2, Evaluation Commercial Items (OCT 2014) Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016): 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JUL 2018). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2016) FAR Clause 52.211-6 Brand Name or Equal (AUG 1999) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (OCT 2014) FAR Clause 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) FAR Clause 52.219-8, Utilization of Small Business Concerns (Nov 2016) FAR Clause 52.219-13, Notice of Set-Aside of Orders (Nov 2011) FAR Clause 52.219-14, Limitations on Subcontracting (Jan 2017) FAR Clause 52.219-8 Utilization of Small Business Concerns. (NOV 2016) FAR Clause 52.219-28 Post Award Small Business Program Representation. (OCT 1995) FAR Clause 52.222-3 Convict Labor. (JUN 2003) FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2003) FAR Clause 52.222-21 Prohibition of Segregated Facilities. (APR 2015) FAR Clause 52.222-26 Equal Opportunity. (SEPT 2016) FAR Clause 52.222-35 Equal Opportunity for Veterans. (OCT 2015) FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) FAR Clause 52.222-37 Employment Reports on Veterans (FEB 2016) FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010) FAR Clause 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2013) FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (JUL 2013) FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. (FEB 2006) HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) Pursuant to the HHS annual appropriations acts, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a) Publicity or propaganda purposes; (b) The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any state or local legislature itself; or designed to support or defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself; or (c) Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a state, local, or tribal government in policymaking and administrative processes within the executive branch of that government. (d) The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future federal, state, or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015) HHS 352-239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 15) HHS 352.239-74 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (DEC 15) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Ronette Collins, Contract Specialist at ronette.collins@nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 12:00 P.M. EST on August 17, 2018. Please refer to solicitation number N02RC82590-73 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Ronette Collins, Contract Specialist at ronette.collins@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82590-73/listing.html)
- Record
- SN05029278-W 20180811/180809231232-97b3f728b43888ec6a1902e47701b2d5 (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 |