SOLICITATION NOTICE
J -- Renewal of maintenance/service agreement for medical diagnostic imaging equipment
- Notice Date
- 10/16/2024 8:12:47 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NOI-NIAID-25-2245072
- Response Due
- 10/25/2024 2:00:00 PM
- Archive Date
- 11/09/2024
- Point of Contact
- Dana Monroe, Phone: 4063759814
- E-Mail Address
-
dana.monroe@nih.gov
(dana.monroe@nih.gov)
- Description
- PRE-SOLICITATION NOTICE **NOTICE OF INTENT TO SOLE SOURCE NOI-NIAID-25-2245072 NAICS � 811210 This is a Notice of Intent, not a request for proposal.� The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with Philips North America LLC to procure a renewal maintenance / service agreement for medical diagnostic imaging equipment supporting the Integrated Research Facility (IRF).� The imaging equipment consists of the following: Magnetic Resonance 3T Achieva, Site #532851 (Serial #17226). The workstations include: Magnetic Resonance Extended Workstation (EWS), Site #42392379 (Serial #10839). POP: 01/18/2025 � 12/31/2025 (prorated to coincide with end of life on equipment) The National Institute of Allergy and Infectious Diseases (NIAID), IRF carries out biodefense research needed to understand the clinical disease processes which correlate with the severity of microbial-induced disease. Central to its core mission is the incorporation of hospital tools, such as endoscopy, cardiac telemetry monitors, and MRI, CT, SPECT, and PET imaging into basic and advanced research studies to systematically evaluate the pathogenic processes and clinical course of disease in animal models exposed to microbes.� Research emphasis is on high consequence infections requiring high levels of biocontainment of Category A viral and bacterial pathogens plus newly emerging infectious disease microbes.� The IRF is a 147,000-gross square-foot building featuring Biosafety Labs (BSL) 2, 3, and 4 laboratories with unique aerobiology and advanced BSL-4 imaging and diagnostic equipment. This facility is further distinguished by its clinical mission of using a hospital medical approach to studying the disease processes in animal models exposed to infectious agents. �The purpose of this acquisition is to obtain maintenance services for the imaging equipment at the IRF.� Servicing of this equipment is vital to NIAID to carry out its research at the IRF.� Philips NA, LLC designed, developed, and implemented all necessary modifications to standard, commercial MRI, SPECT/CT, PET/CT, and X-Ray diagnostic imaging equipment, so that the equipment was capable of operating inside BSL-4 containment within the NIAID IRF Imaging Core.� This imaging facility inside the BSL-4 biosafety containment at the IRF is not available anywhere and is therefore unique.� Philips provided testing, internal and external verification of the modified imaging equipment that was installed and validated at the NIAID, IRF in Fort Detrick, Maryland.� Philips also trained the NIAID staff on using the equipment; and coordinated with NIH, NIAID personnel to achieve final system acceptance. The unique equipment was designed and modified by Philips for NIAID, DCR lab purposes. As such, Philips is the only vendor that can provide services on their proprietary equipment and design.� To prevent voiding warranties, all service must be performed by a certified Field Service Engineer using original equipment manufacturer (OEM) parts.� All parts furnished by the manufacturer must be OEM certified in order to not void any warranties.� This agreement being sought will end at the same time as the end of life cycle for the equipment, so will be the final maintenance agreement. The statutory authority for this sole source requirement is 41 U.S.C. 1901 (a) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources that could provide comparable services may submit a capability statement. All required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov by October 25, 2024 at 5:00 pm ET. All vendors must register in the eSASS system to submit their documentation. Instructions on how to register /submit documents are included on the website. All responses received by the closing date of this synopsis will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3f7e1fb213a24bd69fc44d30d4af761e/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07241252-F 20241018/241016230102 (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 |