SOLICITATION NOTICE
66 -- Magnetom Prisma 3T MRI Radio Frequency Phased Array Receive coils
- Notice Date
- 8/24/2020 7:13:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH-NIMH-20003971-RFQ
- Response Due
- 8/31/2020 9:00:00 AM
- Archive Date
- 09/01/2020
- Point of Contact
- Thien Nguyen, Phone: 3018270914
- E-Mail Address
-
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS � COMBINED SYNOPSIS / SOLICITATION COMPETITIVE � Title: Magnetom Prisma 3T MRI Radio Frequency Phased Array Receive coils 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. The solicitation number is NIH-NIMH-20003971-RFQ 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 not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 423450: Machine Tool Manufacturing. This requirement is full and open competition � Purpose and Objectives: The Neurophysiology Imaging Facility (NIF) core at NIMH needs to acquire customized special nonhuman primate radio frequency probes for a 3 T MRI scanner at NIH that will be used to conduct high quality anatomical MRI and awake behaving functional MRI. Background: Magnetic resonance (MR) imaging is one of the most impressive tools of modern medicine, allowing for the visualization of normal and pathological tissues in the body.� In no field has imaging impacted biomedical research more than in the study of the brain, in which MR allows one to visualize not only neural structures but also neural function.� The NIF is a centralized core facility that brings together a broad range of techniques to provide the most integrated and efficient study of brain physiology in nonhuman primates.� The NIF core facility is an intramural resource shared by three institutes at the NIH � NIMH, NINDS, and NEI.� The NIF core staff, in collaboration with other researchers at NIH and other academic institutions, develops methodologies to obtain high resolution anatomical and awake behaving animal functional MRI data. Several such collaborations have yielded excellent data, resulting in the publication of several peer-reviewed papers over the past 5 years.� NIF facility is among a handful of sites in the world with this type of leading-edge setup dedicated to animal model mental health research. As is typical with specialized advanced instrumentation, it is impossible to find �commercial off the shelf (COTS)� equipment required for both animal preparation and experimental setup. To advance the research programs supported by NIMH, NINDS, and NEI, the new 3T scanner will need to be equipped with the latest innovation in RF coils, namely 4-channel, receive only phased array RF coil with flexible elements. This coil is designed for high performance human small structure imaging at 3T; however, with modification to coil circuit board, electronic components, and coil elements, it will also fit the nonhuman primate (NHP) subjects studied here at the NIMH. These subjects have advanced mental health research in a broad range of areas including brain and cognition, memory, eye movement and motor function, just to name a few.� Innovative developments in coil and scanning technology will vastly improve the quality of research data, thus impacting the scope and depth of research methodologies both current and future.� Such innovations are often the driving force behind new discoveries and scientific breakthroughs. This acquisition is for three small structure coils. The OEM provides opportunity to set up collaboration agreements. Under the appropriate agreement, assistance is provided to optimize these coils for NHP use while maintaining system compatibility. This combination will be tailored for NHP subjects on the newly acquired Siemens MAGNETOM Prisma 3T. It is iPAT compatible and comes with multielement array technology to easily fit with the in-house built custom NHP holder. Three coils will be placed separately during animal placement for ease of access to experiment related equipment around the head. Electrical and radio frequency connection are immediately compatible with proprietary scanner. Project requirements: The Contractor shall provide (3) special purpose coils brand-name or equivalent to the following specifications: 2 row by 2 elements phased array MRI probe 3 T, 128 MHz.� Receive only compatible to existing system interface cable. Three separate coils.� Must include NUMARIS/4 Syngo MR E11 Software. Will required Siemens authorized password to install the coils. Each coil must be flexible, and form around the subject�s head. The probe must fit into the Siemens 3T custom in-house made animal holding device owned by NIH Must provide OEM authorization to perform services detailed herein. The coils must not void the Magnetom Prisma 3T factory or extended warranty. On-site installation shall be completed by Siemens Medical Solutions USA, Inc. certified engineer within 3 days of product delivery. Installation shall be complete upon the conclusion and written report of final calibration and checkout under Siemens Medical Solutions USA, Inc. standard procedures to verify that the Products meet applicable written performance specifications. Provide written prove that the products are in compliance with Siemens Medical Solutions USA, Inc. equipment sales General Terms and Conditions One-year OEM Siemens product warranty that includes repair and / or replacement for defects in manufacturing. Seller must provide written consent from Siemens with respect to this sale in accordance with Siemens Medical Solutions USA, Inc. equipment sales General Terms and Conditions Seller must have OEM circuit diagram of the coil available in order to provide consultation and assistance to NIH in modify the tuning and matching network on the coil circuit board, and coil element size, in order to optimize it for NHP use, while maintaining plug n� play functionality to proprietary Siemens PRISMA scanner software operation and update, automatic coil calibration, adjustment, and detection during all applicable scan type and pulse sequence. Seller must have OEM proprietary pin-out diagram of the coil socket, and scanner system RF interconnect detailed diagram available in order to provide consultation and assistance to NIH in lengthening the coil cable, while maintaining plug n� play functionality to proprietary Siemens PRISMA scanner software operation and update, automatic coil calibration, adjustment, and detection during all applicable scan type and pulse sequence. Anticipated Date of Delivery: 30 days after receipt of order. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision of FAR clause 52.211-6, Brand name or equal (AUG 1999) applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including installation, and shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (c) 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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. � 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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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, installation, 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 08/31/2020 by 12PMEST and reference number NIH-NIMH-20003971-RFQ. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ba26ce4dc4fd4be58a0d42ee506e35f1/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05771476-F 20200826/200824230154 (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 |