The RFP Database
New business relationships start here

Brand Name or Equal 1H Pediatric Head Array for Neonates for Siemens Prisma 3T MR, software version VE11C, P-H32LE-030


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

COMBINED SYNOPSIS / SOLICITATION

Title: Brand Name or Equal 1H Pediatric Head Array for Neonates for Siemens Prisma 3T MR, software version VE11C, P-H32LE-030


(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 75N95019Q00344 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; 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) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, dated September 10, 2019.


(iv) The associated NAICS code 334516 and the small business size standard 1,000 employees. This requirement is full and open with no set-aside restrictions.


(v) The National Institute on Aging (NIA) requires the purchase of RF coils that have high sensitivity for fMRI (resting-state fMRI) and DTI and MRS on monkeys in order to conduct fMRI imaging on rhesus monkeys on a Siemens Prisma scanner. RF coils must be compatible with Siemens Prisma and the size suitable for rhesus monkeys (ID ~ 23 cm). The acquisition of an MR pediatric head array will allow for fMRI imaging on rhesus monkeys as this head array is the appropriate size for these subjects.


(vi) Generic Name of Product: MR Pediatric Head Array
Brand Name of Product: Rapid MR 31P 1H Volume Head Coil (Item #: P-H32LE-030)


1H pediatric head array for neonates
P-H32LE-030
receive-only, actively decoupled
32 channel coil array
fixed tuned
anatomical shaped helmet design
approximate dimensions:
inner diameter 15 cm
outer diameter 20 cm
array length 15 cm
interface to Siemens Prisma via four Siemens Tim Coil Interfaces 3T
The coil dimensions are suitable for studies in non-human primate brains
Coil frame with sliding mechanism for Siemen Prisma 3T adapted to patient bed of the MR system
Baby preparation and transport shell
Onsite coil training to include visit of an authorized RAPID engineer, installation of coil files, demonstration of coil adjustments where appropriate (MN coils), functional test on phantoms, training on proper coil handling.

Salient Characteristics:
equipment must be compatible for use with a Siemens Prisma 3 T MR
system (software version VE11C, 1H frequency 123.2 MHz)
The array must contain 32 channels and include an anatomical shaped helmet design.


Quote should include estimated shipping and handling costs.


(vii) Delivery Date: Approximately 6 to 8 Months ARO
Delivery Address: 251 Bayview Blvd, Baltimore, MD 21224


(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.


(a) 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 following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (including examples of successful orders and installation).


Technical and past performance, when combined, are (1) significantly more important than cost or price.


(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.


(xi) The 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) 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


(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


(xv) 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.


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 responses must be received by 10:00 a.m. on Monday, September 23, 2019 and reference number 75N95019Q00344. Responses may be submitted electronically to Renee Dougherty at renee.dougherty@nih.gov


Fax responses will not be accepted.


(xvi) The name and telephone number of the individual to contact for information regarding the solicitation is Renee Dougherty at 301-827-8453.


Renee M. Dougherty, Contracting Officer, Phone 3018278453, Email renee.dougherty@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP