MODIFICATION
66 -- 32-channel MRI head coil
- Notice Date
- 8/13/2020 4:37:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH20004350RFQ
- Response Due
- 8/24/2020 2:00:00 PM
- Archive Date
- 09/08/2020
- Point of Contact
- Michael Horn
- E-Mail Address
-
michael.horn@nih.gov
(michael.horn@nih.gov)
- Description
- STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: ABCD protocol compatible 32-channel MRI head coil for GE MR-750 3T MRI Scanner �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is NIMH20004350RFQ 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 and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 dated 7/14/20. (iv)������ The associated NAICS code 334510 and the small business size standard is 1,200 employees.� This requirement is full and open with no set-aside restrictions. (v)������� The Functional Magnetic Resonance Facility (FMRIF) wishes to procure a 32-channel radiofrequency (RF) head coil that will allow collection of data compatible with the multi-site Adolescent Brain Cognitive Development (ABCD) Study on General Electric�s (GE) MR-750 3 Tesla MRI scanners operated by FMRIF.� While FMRIF has the software to acquire the data from this protocol on its scanners, it lacks the hardware to allow a fully matched acquisition of these data. �FMRIF now also possesses a multi-band, multi-echo capable Echo-Planar Imaging (EPI) sequence from GE. Testing confirms discussions at recent ISMRM meetings that while it is possible to acquire multi-band data with GE�s head coil, it is not recommended, as the geometry of that coil causes it to perform very poorly at higher multi-band factors (such as the factor of 6 used in the ABCD study).� To fully utilize the potential of multi-band EPI sequences on FMRIF�s MR-750 scanners, it is imperative to have a coil with a more complex spatial arrangements of elements available for FMRIF�s MR-750 scanners, which will allow the usage of higher multi-band factors. (vi)������ Purchase Description: 32-channel MRI head coil for General Electric MR-750 3T MRI Scanner. Salient characteristics: Refer to Attachment 1: Product Description for a complete description of salient characteristics. Quantity: NIH requires one (1) device with the necessary supporting equipment, (vii)����� Delivery Date: 90 days after receipt of order. Place of Delivery/Acceptance: National Institute of Mental Health (NIMH)� 10 Center Drive Rm 1D80A Bethesda MD 20892-1148 FOB: Destination (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� 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) price; (ii) technical capability of the item offered to meet the Government requirement.� The agency will first evaluate offerors� prices, and then evaluate the apparent lowest-priced quote to determine if it is technically acceptable. If the lowest-price quote is evaluated as unacceptable, then the agency will consider the acceptability of the next lowest-price quote, continuing this process as necessary. 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. (x)������� Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24 and 52.212-3 with its quote.�� (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition. (xiii)���� The following additional contract requirement(s) or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices. Warranty: A 1-year warranty covering parts and labor for manufacturer defects is required.� (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: 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.� (xvi)���� Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 5:00 PM, August 24, 2020 and reference number NIMH20004350RFQ. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov. �Fax responses will not be accepted. Any questions must be submitted by 5:00 PM EST on August 19, 2020.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference number NIMH20004350RFQ.� Telephone inquiries will not be honored. (xvii)���� Attachments Attachment 1 � Purchase Description Attachment 2 � FAR Provisions 52.204-24 and 52.212-3 Attachment 3 � FAR Clauses 52.212-4, 52.212-5
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d23941f62c414db4baea2c7243d7fdcb/view)
- Place of Performance
- Address: MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05756004-F 20200815/200813230154 (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 |