SOLICITATION NOTICE
61 -- Uninterrupted Power Supply (UPS) System for MRI Scanner
- Notice Date
- 8/11/2022 12:56:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00381
- Response Due
- 8/25/2022 8:00:00 AM
- Archive Date
- 09/09/2022
- Point of Contact
- Hashim Dasti, Phone: 3014434577, Karen Mahon, Phone: 3014357479
- E-Mail Address
-
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@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 75N95022Q00381 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 (FAC) Number 2022-06, with effective date May 26, 2022. (iv)������ The associated NAICS code 335312 � Motor and Generator Manufacturing and the small business size standard is 1,250 employees.�� This requirement is Full and Open competition with no set-aside restrictions. (v)������� This requirement is for the following item: 300 kVA, 480 volt three-phase UPS system plus two lithium-ion battery cabinets, maintenance bypass switch, landing cabinet, network interface and remote display panel. Background: Since its inception in 2008, the NIA 3T MRI Facility has used a Toshiba G8000 UPS to provide clean, reliable power to the Philips MRI scanner, including its cryo-refrigeration system, electronic components, and water-cooling system (chiller). This UPS is now 13 years old, and the NIA anticipates that it will become increasingly difficult to obtain maintenance and repair services for it. Moreover, we plan to upgrade from the existing Philips 3T Ingenia model to the state-of-the-art MR7700 model in early 2022. The MR7700 has a higher power requirement than the Ingenia, 115 kVA versus 86 kVA, so a UPS with greater capacity than the 225 kVA Toshiba G8000 is justified. Since the larger UPS is a prerequisite to the MR7700 upgrade, and the MR7700 upgrade must be completed as soon as possible to provide a stable platform for continuing long-term longitudinal studies such as the Baltimore Longitudinal Study on Aging (BLSA), the NIA must replace the G8000 UPS as soon as possible. If installed prior to the MRI scanner upgrade, the new UPS will provide continued power protection for the Ingenia scanner. Purpose and Objectives: The National Institute on Aging (NIA) requires a new uninterruptable power supply (UPS) to support the Philips 3T MRI scanner in the NIA-IRP Clinical Research Center, located at Medstar Harbor Hospital in Baltimore, MD. The MRI instrument needs a reliable electrical power supply not only for scanning participants but also to support the cold head refrigeration system of the superconducting magnet. This refrigeration system must run 24/7 to prevent loss of liquid helium that could ultimately trigger a �quench�, a sudden loss in superconductivity that can result in considerable down-time, repair expenses and even irreparable damage to the magnet. Since the Hospital�s emergency generator system lacks the capacity needed to support our 3T MRI scanner, a battery backup power supply is required. The UPS provides electrical power in the event of power loss from the hospital electrical mains while maintaining a clean, stable power supply free of sags, surges and other imperfections that might cause image artifacts or damage to scanner components. (vi) ����� Salient characteristics: Vendor must be able to provide these specifications: 480 volt three-phase delta input power (for compatibility with Hospital power mains) 480 volt three-phase wye output power (for compatibility with Philips MDU/DACC cabinet) Minimum 250 kVA capacity (for support of MR7700 MRI and KKT cBoxX 100 chiller) Minimum run time of 90 minutes with 60 kW load (to maintain operation of magnet cold head refrigeration system) 400 A maximum input current (for compatibility with existing circuit breaker and wiring) Dry contacts for general alarm (to connect to Hospital�s JCI building management system) Remote panel to monitor UPS from MRI control room Footprint must fit within designated space in 3T MRI equipment room (Government will provide floor plan and dimensions on request). Maintenance bypass switch (to perform service without cutting power to critical loads) ModBus and/or BacNet network interface (needed for monitoring system from outside 3T MRI Facility) Must meet power quality specifications listed by Philips for MR7700 MRI scanner: Distortion power factor > 0.9 Cos phi > 0.98 Total harmonic distortion (THD) < 45% (current, not voltage) K-factor < 10 Crest factor < 3 Power interruptions < 0.5 period, minimum intervals of 5 periods Load voltage regulation 5.93% or lower Startup service included for new UPS. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is April 1, 2023. Delivery will be f.o.b. destination. The place of delivery and acceptance will be NIH Biomedical Research Center; 251 Bayview Blvd., Baltimore, MD 21224. (viii)���� 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 (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.225-2, Buy American Certificate (Feb 2021) FAR 52.225-6, Trade Agreements Certificate (Feb 2021) 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 (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. �HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) The following are also attached, however only one will be incorporated in the final award: NIH Invoicing Instructions with IPP NIH Invoicing Instructions without IPP (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than price. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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. 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 11:00 A.M. Eastern, on August 25, 2022. and reference Solicitation Number 75N95022Q00381. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ece73e4a029642caa24125f4ba88b811/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN06423869-F 20220813/220811230127 (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 |