Tenders of National Institutes Of Health

Sorry!
No Active
Tenders of National Institutes Of Health
foundCheck archived
Tenders of National Institutes Of Health
National Institutes Of Health Tender
United States
Title: C-arm Fluorographic Imager
(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 Hhs-nih-nida-nia-css-20-006717 And The Solicitation Is Issued As A Request For Quotation (rfq).
this Solicitation Is Issued As A Total Small Business Set-aside For The Brand-name Or Equal Product Specified Herein.
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.
(iii) This Solicitation Incorporates The Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2020-06, Effective May 6, 2020.
(iv) The Associated North American Industry Classification System (naics) Code: 334516—analytical Laboratory Instrument Manufacturing, Size Standard Is 1,000 Employees.
(v) C-arm Fluorographic Imager
(vi) The National Institute On Aging (nia) Requires A Fluoroscopic C-arm To Use In Its Intramural Research Initiatives. A Fluoroscopic C-arm Is A Medical Imaging System That Is Used To Perform Real Time X-ray Imaging In Order To Facilitate Invasive Procedures In Large Animals And Patients, Particularly For Placing Catheters And Needles In Veins, Arteries, And Major Organs. The Non-human Primate (nhp) Core Has No Live Fluoroscopy Imaging Capability Which Restricts The Type And Scope Of Invasive Experimental Studies That Can Be Performed, Not Just In The Cardiovascular Field, But Also In Other Research Areas. For Instance, Animal Protocol # 434-osd-2021 Amend #17 Includes Placement Of Pulmonary Artery (aka “swan-ganz”) Catheters In Primates To Assess Right And Left Heart Filling Pressures And Cardiac Output, As Well As Endomyocardial Biopsies Of The Right Heart. Both Of These Invasive Procedures Are Typically Performed In Patients Using Real-time Fluoroscopic Imaging To Help Guide The Catheter And Bioptome To The Desired Location. The Ability To Perform Such Invasive Cardiac Procedures With Fluoroscopic Imaging Will Greatly Increase The Speed And Safety With Which Such Procedures Can Be Performed At The Nhp Core. The C-arm Could Also Be Used To Facilitate Other Invasive Procedures, Including Organ Biopsies, Central Venous Line Placements, And Orthopedic Procedures And/or Monitoring. Therefore, The C-arm For Fluoroscopy That We Are Proposing To Purchase Could Benefit A Number Of Investigators That Perform Large Animal Studies At The Nhp Core.
the Nhp Core Lab Is For The Benefit Of Many Investigators. In The Last Two Years, Approximately 10 Nia Labs, 4 Labs From Other Ics, And More Than 15 Extramural Investigators Have Utilized The Resources And Data From The Nhps. The Nhp Core Lab First Priority Is Ensuring Animal Health, And In So Doing, It Is Possible To Provide The Best Research Data. With An On-site Fluoroscopic C-arm, The Nhp Core Lab Will Be Able To Perform Invasive Procedures Faster And Safer Which Will Improve The Collection Of Research Data And Help Ensure The Long-term Survival Of The Animals.
the Intent Of This Action Is To Purchase A C-arm Fluorographic Imager. Brand-name Or Equal To The Ge Health-oec: (1) Part Number: L5000bz. Product Description: Goldseal Oec 9900 Elite™ Digital Mobile Standard C-arm Vas15 (vascular 15 Platform With 15 Fps Digital Disk And 9”i.i. Quantity: 1 Each.
the Salient Characteristics Of The C-arm Fluorographic Imager Are: (1) Continuous Fluoroscopy As The Primary Mode Rather Than Pulsed To Achieve A More Complete Image; (2) Uses A Linux Computer Operating System Which Avoids The Task Of Constantly Updating Windows And Combined With Ge’s Reputation For Service And Support Among Local Medical Researchers Delivers Needed Stability At Our Core Primate Center; (3) X-ray Tube And Generator Housed Separately Simplifying Maintenance And Reducing Cost Of Repairs; And (4) Above Average Reliability Would Be Considered A Minimum Acceptable Standard Since The Location At An Off-site Core Facility.
(vii) Government's Anticipated Delivery: Within Sixty (60) To Ninety (90) Days After Receipt Of Order (aro). Delivery Point: Fob Destination. Delivery Location: National Institute On Aging, 251 Bayview Boulevard, Baltimore, Maryland 21224. The Successful Offeror Shall Coordinate Delivery Arrangements With The Customer Prior To Shipment. The Loading Dock Hours Are As Follows: 8:00 Am To 4:30 Pm Eastern Time, Monday Through Friday Except On Federal Holidays. All Products Delivered Must Contain A Packing Slip (with Serial Numbers As Applicable).
(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 Factors Used To Evaluate Offers Are The Unique Technical And Performance Capabilities Of Product And Cost. Technical And Past Performance, When Combined, Are Significantly More Important Than Cost Or Price.
(x) Offerors Are Advised To Include A Completed Copy Of The Provision At Far Clause 52.212-3, Offeror Representations And Certifications - Commercial Items, With Its Offer.
(xi) 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.
(xiii) There Are No Additional Contract Requirement(s) Or Terms And Conditions Applicable To This Acquisition.
(xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating, Is Not Applicable To This Solicitation.
(xv) All Quotations Or Offers Are Due 12:00 Noon, Eastern Time, On June 5, 2020, And Must Reference The Solicitation Number Noted Herein. Quotations Or Offers Must Be Submitted Electronically To The Contact Person Identified Herein At Debra.hawkins@nih.gov. Fax Responses Will Not Be Accepted.
(xvi) For Information Regarding This Solicitation Contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst Ii, At Debra.hawkins@nih.gov.
Closing Date5 Jun 2020
Tender AmountNA
National Institutes Of Health Tender
United States
Surveillance, Epidemiology, And End Results (seer) Program
Closing Date24 Feb 2020
Tender AmountNA
National Institutes Of Health Tender
United States
Service Contract
hhs-nih-nida-(ag)-psol-75n95021q00074
introduction
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. This Acquisition Is Being Conducted In Accordance With The Procedures Of Far Part 13--simplified Acquisition Procedures, Far Subpart 13.5--test Program For Certain Commercial Items, And Far Part 12--acquisition Of Commercial Items.
the Solicitation Number Is Hhs-nih-nida-(ag)-psol-75n95021q00074
and The Solicitation Is Issued As A Pre-solicitation, Notice Of Intent, To Award A Contract On A Non-competitive Basis To Sony Biotechnology Inc, 1730 North 1st Street, 2nw, San Jose, Ca 95112.
acquisition Authority
this Acquisition Is Conducted Under The Authority Of The Federal Acquisition Regulation (far) Part 13--simplified Acquisition Procedures, Subpart 13.5--test Program For Certain Commercial Items, And Subpart 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, And Is Expected To Exceed The Simplified Acquisition Threshold. Contracts Awarded Using Far Part 13--simplified Acquisition Procedures Are Exempt From The Requirements Of Far Part 6--competition Requirements.
the Non-competitive Determination Is Based Upon The Market Research Conducted As Prescribed In Far Part 10--market Research, Specifically The Results Of Market Research Concluded No Other Source Of Supply Or Service Has The Capability To Provide A Service Contract For The Icyt 3 Haps Sorter.
the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2021-04, Dated January 19, 2021.
contract Type
the Government Intends To Award A Firm Fixed Price Purchase Order For This Requirement.
north American Industry Classification System (naics) Code
the Associated Naics Code For This Requirement Is 811219 Other Electronic And Precision Equipment Repair And Maintenance, Size Standard $20.5 Dollars.
background
the National Institutes Of Health (nih) Is The Nation's Leading Medical Research Agency And The Primary Federal Agency Whose Mission Is To Seek Fundamental Knowledge About The Nature And Behavior Of Living Systems And The Application Of That Knowledge To Enhance Health, Lengthen Life, And Reduce Illness And Disability, Conducting, Supporting And Making Medical Discoveries That Improve People's Health And Save Lives.
the National Institute On Aging Owns A Sony Icyt Reflection 3 Haps High Speed Sorter And Covers All Lasers.
purpose And Objectives
currently, Nia Is In Need Of A Service Contract For The The Icyt 3 Haps Sorter.
scope Of Work
the Contractor Shall Provide The Government With Maintenance And Repair Support For The Instrument:
s03-0021 Reflection (sony Icyt Reflection 3 Haps High Speed Sorter And Covers All Lasers)
place Of Performance:
251 Bayview Blvd
baltimore, Md 21224
anticpated Period Of Performance:
the Anticipated Period Of Performance Of This Firm Fixed Price Contract Will Be For 12 Months.
government Responsibilities
the Field Service Technician Will Be Required To Notify The Point Of Contact (poc) From The Nia/irp Flow Cytometry Facility For Access To The Building.
reporting Requirements
documentation Shall Be Provided By The Vendor To Show They Completed The Preventive Service On The Equipment And Left With The Poc From The Nia/irp.
travel:
all Travel Time Should Be Included Within The Provided Service Agreement.
attachments:
statement Of Work Attachment 1
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020). Attachment 2
52.204-26, Covered Telecommunications Equipment Or Services-representation (oct 2020). Attachment 3
this Synopsis Is Not A Request For Competitive Proposals. However, Interested Parties May Identify Their Interest And Capability To Respond To This Notice.
a Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. The Information Received Will Normally Be Considered Solely For The Purposes Of Determining Whether To Proceed On A Non-competitive Basis Or To Conduct A Competitive Procurement.
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 That Believe That They Are Manufacturers Or Authorized Resellers 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.
the Following Far Provisions Shall Apply To This Solicitation: 52.212-1, Instructions To Offerors--commercial Items, 52.212-2, Evaluation--commercial Items. Evaluation Factors That Will Be Used To Evaluate The Offer Most Advantageous To The Government, Price And Other Factors Considered, Include Ability To Meet The Technical Requirements Stated In This Pre-solicitation And On Basis Of Best Value To The Government. Offerors Must Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications Commercial Items, With Their Offer. The Clause At 52.212-4, Contract Terms And Conditions Commercial Items, Applies To This Acquisition And The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items Applies To This Acquisition. Offers Must Include 52.204-24 Representation Regarding Certain Telecommunication And Video Surveillance Services Or Equipment With Their Offer.
the Defense Priorities And Allocations System (dpas) Are Not Applicable To This Requirement.
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 Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency. All Responses Must Be Received By March 19, 2020 At 12:00 Pm, Eastern Standard Time (est) And Must Reference Solicitation Number Hhs-nih-nida- (ag)-psol-75n95021q00074. Responses May Be Submitted Electronically To Amcgee@mail.nih.gov. For Information Regarding This Solicitation, Contact Andrea Clay By Email At Amcgee@mail.nih.gov Or By Phone At (301) 480-2449.
Closing Date19 Mar 2020
Tender AmountNA
National Institutes Of Health Tender
United States
Amendment 1 Nih - Architect Engineering Master Planning Idiq
Closing Date18 Jun 2020
Tender AmountNA