Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2023 SAM #7950
MODIFICATION

66 -- 7 Tesla Magnetic Resonance Imaging Spectrometer and Console Upgrade for Bruker Biospec 7/30 scanner (Brand-name or equal)

Notice Date
9/1/2023 10:20:41 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
75N95023Q00663
 
Response Due
9/12/2023 2:00:00 PM
 
Archive Date
09/27/2023
 
Point of Contact
Michael Horn, Kyle Miller
 
E-Mail Address
michael.horn@nih.gov, kyle.miller2@nih.gov
(michael.horn@nih.gov, kyle.miller2@nih.gov)
 
Description
COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: 7 Tesla Magnetic Resonance Imaging Spectrometer and Console Upgrade for Bruker Biospec 7/30 scanner (Brand-name or equal). RFQ: 75N95023Q00663 SAM.GOV: �(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 75N95023Q00663 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) 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-05, with effective date August 8, 2023. �(iv)����� The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing 1,000 employees. There are no set-aside restrictions for this requirement. (v)������� The Neurophysiology Imaging Facility (NIF) core at NIMH requires an upgrade to the 7T Bruker MRI scanner console housed in Building 49. The current console (electronics, software) is more than 15 years old and will no longer be supported by Bruker starting in 2024. This Bruker console upgrade or equal system is therefore essential for the continuation of function of the 7T scanner. (vi)������ 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 Neurophysiology Imaging Facility (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 National Institutes of Health (NIH) � National Institute of Mental Health (NIMH), National Institute of Neurological Disorders and Store (NINDS), and National Eye Institute (NEI). ����������� The NIF core staff, in collaboration with other researchers at NIH, develops methodologies to obtain high resolution anatomical animal MRI data. Several such collaborations have yielded excellent data, resulting in the publication of several peer-reviewed papers. 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. ����������� The 7 Tesla (7T) scanner is the main scanner used to perform MRI imaging of marmosets and is a critical element within the Neurophysiology Imaging Facility. The need to upgrade this scanner has been recognized for some time. The upgrade will incorporate a new generation of electronics and imaging capabilities. These improvements will greatly enhance the imaging capacities affecting a large and growing group of marmoset researchers across the NIH. ����������� The complete product name, salient characteristics, quantity, and other information regarding this activity are provided in the attached PURCHASE DESCRIPTION. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 9 months after receipt of order (ARO). ����������� Delivery shall be made to the below address with FOB Destination. Neurophysiology Imaging Facility (NIF) 49 Convent Drive Bldg. 49, Room 3C84 Bethesda, Maryland 20892 (viii)���� The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2023) applies to this order. ����������� 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 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) FAR 52.214-34 Submission of Offers in the English Language (Apr 1991) FAR 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) FAR 52.225-2, Buy American Certificate (Oct 2022) 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 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (Jun 2023) 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.� FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Dec 2022). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2023) NIH Invoice and Payment Provisions (Apr 2022) (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition and is attached. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), 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 (Dec 2022), applies to this acquisition. (xii)����� 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. (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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� Responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). The Unique Entity ID from SAM.gov, 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 questions must be received by 5 p.m., Eastern Daylight/Standard Time, on September 7, 2023, and reference Solicitation Number 75N95023Q006633. Questions may be submitted electronically to Michael Horn at michael.horn@nih.gov and Kyle Miller at kyle.miller2@nih.gov . All quotations must be received by 5 p.m., Eastern Daylight/Standard Time, on September 12, 2023, and reference Solicitation Number 75N95023Q00663. Responses must be submitted electronically Michael Horn at michael.horn@nih .gov and Kyle Miller at kyle.miller2@nih.gov . Fax responses will not be accepted. Attachments: Purchase Description FAR 52.212-2, Evaluation � Commercial Items (Nov 2021) Addendum to FAR 52.212-4 Terms and Conditions � Commercial Items FAR 52.212-5, Contract Terms and Conditions�Commercial Products and Commercial Services (Jun 2023) FAR 52.225-2, Buy American Certificate (Oct 2022) FAR 52.225-6, Trade Agreements Certification (Feb 2021) NIH Invoice and Payment Provisions (Apr 2022)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c24f26de8264615ad7521b8105d4ab5/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06816378-F 20230903/230901230057 (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 |
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.