The RFP Database
New business relationships start here

MRA, Inc. MRI-compatible Video Monitoring and Display Equipment


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

Title: MRA, Inc. MRI-compatible Video Monitoring and Display Equipment

(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 75N95019Q00235 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; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition.


THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).


The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) for brand-name only items manufactured by MRA, Inc., 1480 Washington Road, Washington, PA 15301.


This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Part 13-Simplified Acquisition Procedures and Subpart 13.106(b)(1)(i).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2019-02, with effective date June 5, 2019.


(iv) The associated NAICS code is 334310 and the small business size standard is 750 employees. This requirement has no small business set-aside restrictions.


(v) This requirement is for the following items: brand-name only MRA, Inc.:
• Model EVWVS-0240L-STD1 Dual Electronic View Window System - Qty 1
• LCD VGA/HDMI Coil Tuning Monitor System - Qty 1
• Bore Observation Video Camera System - Qty 1


(vi) The salient characteristics for these brand-name only items are the following:
• Must provide real-time video monitoring inside the magnet room of a Bruker Biospec 94/20 MRI scanner to observe status of anesthetized mice and rats undergoing scanning.
• Must provide real-time video display inside the MRI magnet room for software running on MRI console and physiological monitoring workstations to permit operator to interactively position the animal to be scanned, observe the animal's vital signs during setup and to adjust probe tuning controls.
• Magnet room video display is to be a flat-panel LED monitor of diagonal size 20" or greater.
• Magnet room video display system should support computers with VGA, HDMI or DisplayPort video output ports.
• Powering off magnet room video display during scanning must be possible in order to avoid MRI artifacts due to EMI emitted by the display.
• All equipment in the magnet room must be free of ferromagnetic components and/or firmly attached to the magnet room walls or ceiling for magnetic safety.
• All equipment in the magnet room must transmit and receive video signals via fiber optic cables in order to avoid transmitting or receiving EMI associated with the operation of the MRI scanner.
• Power for all equipment in the magnet room must be pass through low-pass filters in one of the magnet room's penetration panels in order to avoid transmitting or receiving EMI associated with the operation of the MRI scanner.
• All video camera equipment must be EMI-shielded and certified to generate noise power at frequencies of 400.3 MHz and below not exceeding -120 dBm.
• A minimum of three video cameras must be installed inside the magnet room: one camera observing the front of the magnet, one camera observing the back of the magnet and one camera on a flexible arm looking down the bore of the magnet.
• The video camera looking down the bore of the magnet must include built-in infrared illumination so that it can function with all magnet room lighting turned off. This is needed to observe the animal in functional imaging (fMRI) examinations.
• The video camera looking down the bore of the magnet must be equipped with a monitor mounted to the magnet room wall that permits the operator to aim the camera at the animal undergoing scanning.
• Powering off magnet room aiming monitor during scanning must be possible in order to avoid MRI artifacts due to EMI emitted by the monitor.
• The video camera looking down the bore of the magnet must be movable between the front and back of the magnet.
• A video camera installed in the MRI control room must be provided to monitor and document activity by operators of the scanner.
• All video cameras inside the magnet room must utilize CCD technology to avoid distortion by the fringe field of the MRI magnet.
• All video cameras should be connected to a digital video recorder (DVR) to document experiments for quality control and training purposes.
• The DVR should have at least 8 channels: four dedicated to the four video cameras plus extra ports for recording video from the MRI console and physiological monitoring computers via video-to-NTSC scan converters.
• The DVR must be accessible remotely via the Internet using a secure connection so that activity in the magnet room can be observed by the Facility Manager from his office. Windows-compatible software must be provided for real-time remote monitoring of all cameras.
• Real-time video from any camera should be displayed on a wall-mounted flat panel display of diagonal size at least 40". This display is to be installed above the operator's station in the MRI control room.


(vii) The Government anticipates award of a firm fixed price purchase order for this acquisition. The anticipated delivery date will be within 4-6 weeks after receipt of order (ARO). Delivery will be f.o.b. destination, and the quotation's total firm fixed-price must include all shipping, installation, and setup costs. The place of delivery and acceptance will be:


National Institute on Aging
National Institutes of Health
251 Bayview Boulevard
Suite 100, Room 02B208
Baltimore, MD 21224
Attention: Dr. Kenneth Fishbein


(viii) 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 (Jul 2016)
• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)
• FAR 52.225-6, Trade Agreements Certificate (May 2014)
• 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 (Jul 2016)
• FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
• HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)


The following provisions and clauses apply to this acquisition and are attached in full text:
• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018)
• NIH Invoice and Payment Provisions (2/2014)


(ix)(a) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote meets the solicitation's requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluation quotes: Technical Capability of the items offered to meet the Government requirement, Price, and Past Performance.


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


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text.


(xiii) 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 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 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 quotations must be received by 3:00 p.m., Eastern Time, on Thursday, July 18, 2019, and reference Solicitation Number 75N95019Q00235. Responses must be submitted electronically to Scott Bredow, Contracting Officer, at scott.bredow@nih.gov.


Fax responses will not be accepted.


Scott Bredow, Branch Chief, Supervisory Contract Specialist, Phone 3014807503, Email scott.bredow@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP