Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOLICITATION NOTICE

J -- Maintenance Service Agreement for a Bruker 4.7T Bruker BioSpin MRI Scanner - BID BOARD NOTICE

Notice Date
8/30/2018
 
Notice Type
Presolicitation
 
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, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
2018-006131-5027486
 
Archive Date
12/31/2018
 
Point of Contact
Debra C. Hawkins, Phone: 301-827-7751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION BID BOARD NOTICE Presolitiation Bid Board Notice PRESOLICITATION NOTICE OF PROPOSED ACQUISITION National Institute on Drug Abuse, Office of Management, Office of Acquisition Neurosciences Consolidated Operation Acquisition Center (COAC) ________________________________________ (FAR Subparts 5.101(a) (2) & 13.105) Announcement Number: 2018-006131-5027486 Date Posted: August 30, 2018 Date Solicitation Issued: August 30, 2018 Date Responses Due: September 10, 2018 Proposed Award Date: September 15, 2018 Project Title: Maintenance Service Agreement for a Bruker 4.7T Bruker BioSpin MRI Scanner Contracting Office: National Institute on Drug Abuse (NIDA), Neurosciences Consolidated Operation Acquisition Center (COAC), Office of Acquisition (OA) Contact Point: Contract Specialist: Debra C. Hawkins; Telephone: 301-827-7751: Email: debra.hawkins@nih.gov Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-100, August 22, 2018. North American Classification System (NAICS) Code: 811219-Other Electronic and Precision Equipment Repair and Maintenance. Small business size standard: $20.5 Million Competition Status: This acquisition is being conducted pursuant to FAR Subpart 13.106-1(b)-Soliciting from a single source. (1)(ii) brand name item peculiar to one manufacturer. DESCRIPTION / SPECIFICATIONS / WORK STATEMENT Background Information and Objective: The research in the National Institute of Mental Health (NIMH) Neurophysiology Imaging Facility (NIF) centers on cutting edge functional imaging in awake monkeys for a broad range of investigators. Scanning in the facility involves the use of a 4.7T Bruker Biospin vertically oriented scanner, specialized for monkeys seated upright. Considerable effort has been made so that brain scans can be accomplished in monkeys that are awake and performing a behavioral task. This goal has provided several challenges; specifically, it requires that all the equipment, implants, and task-related elements of the research be fabricated from plastic, fiberglass, or other MR-compatible material. Monkey imaging is particularly challenging because their heads are small, and the required spatial resolution is therefore much higher than in humans. Alert monkey scanning poses a set of challenges for functional imaging. The comparatively small head combined with the frequent movements in the chair, most notably of the jaw during juice acquisition, and of body during postural readjustments, result in frequent dynamic geometrical distortions and signal dropout. The Bruker scanner has recently been upgraded with a new gradient coil system and console upgrade, which has made its performance at the cutting edge for monkey imaging in the world. Because of the need for changing parts that may fail or need to be replaced, and thereby incur many thousands of dollars of repair costs, we will continue our service contract. This level of service contract is critical to the efficient functioning of the NIF facility and associated research projects, particularly considering the new, and somewhat experimental, upgrade that was recently installed in the facility. General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: Specific Requirements: 1. The contractor shall provide telephone support for diagnosis of Covered Equipment malfunction(s). This support will be provided during the hours of 9:00am and 5:30pm (local time at our service office) during our standard workweek. 2. The contractor shall provide replacement parts as required on an exchange (refurbished) or new part basis, at the discretion of NIF staff. All replaced parts shall be warranted for 90 days after installation. 3. The contractor shall provide material for engineering changes that are developed by NIF staff and determined to be appropriate for the instrument. 4. The contractor shall provide software updates for Bruker applications software required to operate the Covered Equipment for each system in the table of Covered Equipment as these updates are released. 5. The contractor shall correct any software deficiencies ("bugs") in all software updates to licensed Bruker applications software used to operate Covered Equipment by the next update release. 6. The contractor shall provide notification of the existence of software defects or other significant problems related to Covered Equipment functionality as they are discovered and provide a reasonable estimate when a correction will be implemented. 7. The contractor shall contact NIF staff when a service call is initiated to gain a more complete understanding of the problem, recommend diagnostic tests, and interpret the results of any diagnostic tests in consultation with NIF staff. 8. The contractor shall overnight ship replacement parts or materials to the NIF facility if any a diagnostic test indicates that a replacement Covered Equipment component or material is required. 9. The contractor shall contact NIF staff when a replacement part or material is provided to confirm receipt of the part / material, provide installation assistance as needed, and assess the working status of the instrument following the replacement of the failed component. 10. The contractor shall provide shipping information and pre-paid labels included with the repair items for return of replaced components. Receipt of the defective part / material will designate the dispatch as closed / resolved. 11. The contractor shall continue to consult with NIF staff in all instances which the replacement component or material did not resolve the problem and determine reasonable alternatives to resolve the service call. If deemed necessary by NIF staff and contractor, an on-site visit by qualified technical representative shall be arranged. LEVEL OF EFFORT: Labor category: service engineer Estimated number of labor hours for each period of performance: less than or equal to 40. GOVERNMENT RESPONSIBILITIES 1. The NIF staff will monitor instrument performance daily and determine when a service call needs to be placed. 2. The NIF staff will provide contractor all requested information needed to resolve the service call 3. The NIF staff will, at the direction of the contractor if necessary, perform component or material replacement. 4. The NIF staff will, upon successful installation of replacement parts or material, return the malfunctioning item or used material to the contractor using pre-paid shipping labels and shipping information provided by the contractor. 5. The NIF staff will maintain the site and environment in a suitable condition for operation of the Covered Equipment. 6. The NIF staff will perform required routine maintenance activities, including but not limited to replenishment of cryogens. 7. In the event an on-site technician is required, NIF staff will coordinate with necessary NIH personnel, including but not limited to security personnel, to facilitate access to the instrument for service. REPORTING REQUIREMENTS The contractor shall keep a computer record of all service calls placed by NIF staff. These records shall be made available to NIF staff when requested. PERIOD OF PERFORMANCE Period Option Period Base Period September 30, 2018 through September 29, 2019 Option Period One (1) September 30, 2019 through September 29, 2020 SCHEDULE OF CHARGES The final contract will contain the price/cost provisions agreed upon by the Government and the Offeror. a. BASE PERIOD OF PERFORMANCE The period of performance of this contract shall be from September 30, 2018 through September 29, 2019. Item Description Quantity (Months) Unit Price Total Amount 1. Maintenance Service Agreement for a Bruker 4.7T Bruker BioSpin MRI Scanner 12 PERIOD OF PERFORMANCE TOTAL AMOUNT $ b. SCHEDULE OF CHARGES OPTION ONE (1) PERIOD OF PERFORMANCE The period of performance of this contract shall be from September 30, 2019 through September 29, 2020. Item Description Quantity (Months) Unit Price Total Amount 1. Maintenance Service Agreement for a Bruker 4.7T Bruker BioSpin MRI Scanner 12 PERIOD OF PERFORMANCE TOTAL AMOUNT $ Closing Statement: Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The response shall include: the 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 12:00 noon, September 10, 2018 and must reference number: 2018-006131-5027486 Responses may be submitted electronically to the point cited herein. Fax responses will not be accepted. "All responsible sources may submit response which, if timely received, must be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/2018-006131-5027486/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Institute of Mental Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05063991-W 20180901/180830231251-ad49f311e232b828ccc101530231a182 (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.