The RFP Database
New business relationships start here

Acquisition of a Brand Name or Equal Rapid MR International 1H/13C Receive and Transmit Magnetic Resonance Imaging (MRI) Coils


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

CONTRACTING OFFICE ADDRESS

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E126, Bethesda, MD 20892, UNITED STATES.


Non-USPS mail such as FedEx, UPS and other private carriers please use Rockville, MD 20850.


This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00132 includes all applicable provisions and clauses in effect through FAR FAC 2019-05 (August 2019) simplified procedures for commercial items.


The North American Industry Classification System code is 339112 and the business size standard is 1,000 employees.


It has been determined there are no opportunities to acquire green products or services for this procurement.


Only one award will be made as a result of this solicitation. This will be awarded as a Severable Firm Fixed Price type contract.


The services acquired under this contract are severable services. Funds are only available for use for the contract line item (CLIN) to which they are obligated. Unused funds from one CLIN may not rollover for use in other periods.


This acquisition is a 100% small business set aside.


BACKGROUND


The National Cancer Institute (NCI), Center for Cancer Research (CCR), Division of Radiation Biology Branch plans to procure a Brand Name or Equal Rapid MR International 13C kidney array coils, 13C transmit coil, and 13C prostate endo coil to be compatible with a Government owned Philips Ingenia Elition 3T MRI scanner for the NCI's clinical hyperpolarized 13C MRI studies.


Metabolic profiling of tumors allows for enhanced assessment of tumors and tailor treatments. While 1H MRI which is routine, clinically provides morphological details of tumors, metabolic imaging using endogenous substrates provides metabolic status of tumors. This is possible by using 13C labeled metabolic substrates such as glucose, pyruvate etc. and 13C MRI. However, the four-fold lower sensitivity of 13C MRI makes this profiling not practical. However, with the recent availability of hyperpolarization, a 10,000-fold enhancement if signals from 13C labeled metabolic substrates is now possible. In spite of this high signals, it is essential to use most optimal coil structures to capture the signals from the 13C labeled substrates and their products to obtain useful images allowing profiling.


PRODUCT FEATURES/SALIENT CHARACTERISTICS


The following product features/salient characteristics are required for this requirement:


Kidney array coil:
• Must be a 13C array for bilateral kidney
• Must be compatible with Philips Ingenia Elition 3T MRI Scanner
• Must only receive with actively decoupled 6 channels
• Must be fixed tuned coils to accommodate wide variety of subjects
• Must have flexible coil housings with three channels on each housing
• Must have 1H traps for decoupling from the 1H body coil are necessary for the optimum performance


Transmit coil:
• Must be a 13C transmit coil
• Must be compatible with Philips Ingenia Elition 3.0T MRI Scanner
• Coil must be split into an anterior and posterior part - anterior part must be detachable and offer lateral fixation support and the posterior section must and rigid housing and be mechanically adapted to patient table
• Configuration must have the Helmholtz like alignment
• The element size must be no larger than 31 cm x 27 cm
• Coil must be actively decoupled with receive capability
• Coil must be a fixed tuned coil to accommodate wide variety of subjects
• Must have 1H traps for decoupling from the 1H body coil


Prostate Endorectal coil:
• Must be a 13C 1H prostate endorectal surface coil
• Must be compatible with Philips Ingenia Elition 3.0T MRI Scanner
• The 13C part must have linear polarization, receive only, actively decoupled configurations, and 1H traps for decoupling form the 1H body coil
• The 1H part must have linear polarization, receive only, and actively decoupled configurations
• Coil size must be no larger than 16.5 mm (x) x 81 mm (z)
• Rigid housing must be no larger than 24 mm (x) x 17 mm (y) x 97 mm (z)
• All coils must demonstrate functionality and proven history before shipping to the NIH which can include preliminary reports, publications, abstracts, conference presentations, or evidence of being used at other research centers
• All shipping, delivery and installation costs must be included in the quote. NCI will not be responsible after award is made if shipping costs are not included
• Coordination of delivery and installation with the NCI Technical Point of Contact (TPC)


DELIVERY / INSTALLATION


The Contractor shall deliver the instrument within 150 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award shall be provided with the complete mailing address with the NCI TPC contact information. The Contractor shall notify the NCI TPC to schedule the delivery date and time and provide installation.


TRAINING


Training for the coils shall be provided by the Contractor within 15 days of delivery. The training location will be held at the following location:


National Institutes of Health
National Cancer Institute
10 Center Drive
Bethesda, MD 20892


PAYMENT


Payment shall be made in arrears after delivery and acceptance of the NCI TPC. Payment authorization requires submission and approval of invoice to the NCI TPC and NIH Commercial Accounts.


BASIS OF AWARD


The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions.


PROVISIONS AND CLAUSES


The following FAR provisions and clauses apply to this acquisition:


FAR 52.211-6 Brand Name or Equal. (Aug 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.


Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6.


52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018);


52.212-2 EVALUATION COMMERCIAL ITEMS (OCTOBER 2014):


52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018) WITH DUNS NUMBER ADDENDUM {52.204-6 (OCT 2016)};


FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018);



FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 2019). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition;


FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995)


FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)


FAR Clause 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)


FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)


FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)


FAR Clause 52.219-8 Utilization of Small Business Concerns (Oct 2018)


FAR Clause 52.219-13, Notice of Set-Aside of Orders (Nov 2011)


FAR Clause 52.219-14, Limitations on Subcontracting (Jan 2017)


FAR Clause 52.219-28 Post Award Small Business Program Representation (Jul 2013)


FAR Clause 52.222-3 Convict Labor (June 2003)


FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2018)


FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015)


FAR Clause 52.222-26 Equal Opportunity (Sept 2016)


FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015)


FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014)


FAR Clause 52.222-37 Employment Reports on Veterans (Feb 2016)


FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)


FAR Clause 52.222-50 Combating Trafficking in Persons (Mar 2015)


FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)


FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008)


Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (Oct 2018)


52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.


As prescribed in 4.2105(a), insert the following provision:


REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)


(a) Definitions. As used in this provision-


Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Representation. The Offeror represents that-


It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
(d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer-
(1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;
(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and
(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).


(End of provision)


SUBMISSION INFORMATION


Quotations must be submitted via email to Contract Specialist, Kathy Elliott, at Elliottk@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST, on Friday, August 23, 2019. All responses must be received by the specified due date and time in order to be considered. QUOTATIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted.


Please refer to solicitation no: 75N91019Q00132 on all correspondence.


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp


OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Excluded Parties List System (EPLS) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Offeror must also complete and submit with Quote, FAR 52.204-24 Section (c) Representation.


KATHY D. ELLIOTT, CONTRACT SPECIALIST, Phone 240-276-5570, Fax 240-276-5401, Email ELLIOTTK@MAIL.NIH.GOV - Kimesha Leake, Contracting Officer, Phone 2402765669, Email kimesha.leake@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP