MODIFICATION
65 -- 7 Tesla Mouse Brain MRI Array Cryoprobe
- Notice Date
- 8/12/2020 10:57:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-CSS-20-006810
- Response Due
- 8/19/2020 12:00:00 PM
- Archive Date
- 09/03/2020
- Point of Contact
- Rashiid Cummins
- E-Mail Address
-
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
- Description
- (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-CSS-20-006810 and the solicitation is issued as a request for quotation (RFQ). 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Bruker Biospin Corp for a 7 Tesla Mouse Brain MRI Array Cryoprobe. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-06, with effective date May 6, 2020. (iv) The associated NAICS code is 334516 and the small business size standard is 1000 employees.� This requirement has no set-aside restrictions. (v) The purpose of this requirement is to provide NIA with a 7 Tesla Mouse Brain MRI Array Cryoprobe. Salient Characteristics: Must be tuned to receive signals at 300 MHz, the proton NMR frequency at 7 Tesla, under the dielectric load of a mouse head (or mouse head phantom) Must fit within existing Bruker 86 mm quadrature proton transmitter coil Must be possible to place the center of the coil at the center of existing Bruker 7 Tesla 30 cm USR magnet, BGA12S-HP gradient/shim coil and 86 mm quadrature proton transmitter coil Must include all necessary mounting hardware to fix coil at center of B0 and B1 magnetic fields while reducing vibration at the field center to ambient levels Must be actively detuned for use as a receive-only coil in existing Bruker 86 mm quadrature proton transmitter coil Must at least 4 and no more than 8 receive channels Must have ODU plug compatible with low-power proton socket in existing Bruker CCM Lite cabinet Must have built-in preamplifiers for each receive channel Coil elements and preamplifier must be cryogenically cooled (at or below 77 K) to achieve an increase in signal-to-noise of at least two-fold relative to room temperature operation when imaging a standard mouse head phantom Coil housing must include passive insulation and/or a heating system to maintain all surfaces contacted the mouse head at a temperature between 25 and 40 C Must be equipped with a removable animal bed equipped with a nose cone for inhalation anesthesia, stereotaxic fixation by bite bar and ear bars and provision for reproducible placement in the cryoprobe assembly Must be equipped with all necessary hardware, transfer lines and cables to maintain continuous cryogenic cooling of all coil elements and preamplifiers so long as electrical power and water cooling are supplied according to manufacturer's standards Must be sized to fit mice up to 50 grams body weight with coverage of entire brain in one scanning station With removable animal bed, cryoprobe must support scanning of both mouse brain and mouse kidneys in no more than two stations QTY: 1 (vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. Delivery 10-12 months ARO. (vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of Provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-1, Instructions to Offerors--Commercial Items (MAR 2020) FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (MAR 2020) FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (MAY 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of Clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUL 2020) The following clauses within 52.212-5 apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) with Alternate I (Oct 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (JUNE 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUNE 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUNE 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) The following provisions and clauses apply to this acquisition and is attached in full text: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Standard NIH Invoice and Payment Provisions (FEB 2014) Interim NIH Invoice and Payment Provisions (APR 2020) (viii) 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: (i) technical capability of the item offered to meet the Government requirement; and (ii) price. (b) 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. (ix) Offerors shall include a completed copy of the following FAR provisions with their offer: 52.212-3, Offeror Representations and Certifications � Commercial Items 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) (x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) 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. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 quotations must be received by Wednesday, August 19th, 2020 at 3:00 pm Eastern Daylight Time and must reference solicitation number HHS-NIH-NIDA-CSS-20-006810. Responses must be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov Fax responses will not be accepted. (xiii) The name and of the individual to contact for information regarding the solicitation: Rashiid Cummins Contract Specialist rashiid.cummins@nih.gov � �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/14ab98bb8f884dfea2dce1a8123b008d/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN05754229-F 20200814/200812230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |