The RFP Database
New business relationships start here

upgraded focus ultrasound system


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HHSNCCOPC15-011796 is being issued as a Request for Quotation (RFQ).The NAICS Code for this solicitationis 334516 small Business Size Standard 100 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-83 dated July 2, 2015. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR).

This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency.


Each response should include the following Business Information:
a. DUNS.
b. Company Name, address, POC, Phone and Email address
c. Current GSA Schedules or NAICS codes appropriate to this Award.
d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1
e. Capability Statement
f. Quote 

The National Institutes of Health Laboratory of Diagnostic Radiology Research intends to procure an upgrade to an existing custom RK-100 MRI Guided Focused Ultrasound System and a water degassing system SRDS-100.




STATEMENT OF WORK
Background
The Frank Lab (FL) operates in the Clinical Center (CC) operating under the Department of Radiology and Imaging Sciences National Institutes of Health Bethesda, Md. The Frank Laboratory's present major translation research interest is in the area of development of cellular and molecular imaging for use in cell and gene therapy. The Frank Laboratory pioneered techniques using FDA approved superparamagnetic iron oxide nanoparticles to magnetically label cells for cellular MRI. This method of magnetic cellular labeling is not toxic to cells and has resulted in MR imaging being used to monitor the temporal spatial migration of labeled cells as part of cellular therapy. The lab is using cellular MRI to evaluate the appropriate route of delivery, provide feedback into the preferred sites of engraftment and aid in determining the optimal dosing schedule and numbers of cells to be used to achieve the therapeutic outcome. The lab has developed techniques to use pulsed focused ultrasound (pFUS) to enhance homing permeability and retention of stem cells to targeted pathology. The goal of this technique is to determine if pFUS coupled with cellular therapies can be used to increase numbers of cells to targeted areas as part of a regenerative medicine approach to treatment of disease. The lab has reported that pFUS induces the up-regulation and expression of chemo-attractant cytokines, growth factors and cell adhesion molecules resulting in a transient molecular zip-code for targeted active homing and transmargination of stem cells from the vasculature into the parenchyma. The molecular changes from pFUS have been shown to be due to the mechanotransductive effects of pFUS within the tissue can be modulated by pharmacological manipulation. The ability to actively target stem cells or genetically engineered cells after the acute injury or inflammatory period provides additional flexibility for the use of cell therapy as part of a regenerative medicine strategy and treatment of diseases.


Purpose/Justification
The Frank laboratory major research initiative is in the area of using focused ultrasound (FUS) to alter the molecular biological response in tissues that results in stem cell homing as part of cell therapy response in treatment of diseases in the brain, heart, muscle and kidney. We have already reported that the combination of pulsed focused ultrasound (pFUS) and stem cell infusions results in more cells in target tissue and has improved clinical outcomes of the subjects.
The Frank Lab purchased the RK 100 MRI guided focused ultrasound system 2 years ago for use in the LDRR 3T scanner for experimental studies that require MRI to guide where the FUS beam needs to treat. The RK 100 system is used approximately 3 days of week by two post-docs and a staff scientist for studies on subjects and is in need of the upgrade that will allow the lab to perform measurement of acoustic cavitation in tissues that result from pFUS exposures. This ability to correlate acoustic cavitation caused by pFUS with molecular changes in tissues will improve the quality of experimental results in subjects and provide additional information on the interaction of ultrasound with the release of factors that result in improved stem cell homing into tissues. In order to perform real time acoustic cavitation measurements during pFUS we need to upgrade our RK100 system. The FUS transducer that were provided with the original purchase of the RK100 system does not have hole in center of transducer to accommodate a MRI compatible hydrophone that can be used in the LDRR 3T system. The upgrade (reference # 15-05-12 NIH A Dated May 12 2015) will include a new 0.5 MHz transducer along with a hydrophone and electronic board that will be installed into the RK100 proprietary hardware system. The addition of the hydrophone, electronic capture board and display information and compatible FUS transducer with 3mm hole in center will allow for the collection and processing using a unique proprietary algorithm to detect changes in acoustic cavitation in pFUS treated tissue with sub microsecond data acquisition. The RK100 hardware is a proprietary system that ties directly through set of fiber optic and copper cables to the part of the system that resides in the magnet for performing pFUS studies in subjects. FUS Instruments is the only manufacturer of the upgrade to the RK 100 system since they build each unit at their facility and the Frank Laboratory has a maintenance contract with the company which will be voided if equipment that is not certified to be used with the RK100 system or if modification is made to computer or electrical components of the system hardware.

A water degassing system is required to remove air bubbles, which are inherent in water municipality outlets such as those used by the NIH. The degassed water is then used in conjunction with ultrasound to home stem cells to the targeted sites.

This upgrade will greatly enhance the ability for the Frank Laboratory to perform translational research studies involving pFUS in the treatment of diseases and improve stem cell homing.





Technical Evaluation Criteria


Radiology and Imaging Sciences / Frank Lab Procurement of upgrade to existing RK-100 MRI compatible pFUS system


1. Technical Capability(Acceptable/Unacceptable)
Offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. With respect to "or equal" submissions, the burden is upon the offeror to demonstrate in its technical offer and the technical literature submitted that its equipment meets the minimum requirements, specifications and salient characteristics by providing a citation to the relevant section of the technical description or product literature.


Additionally, Offerors shall provide evidence that they are an authorized distributor/reseller to provide the items by submitting documentation from the manufacture if applicable.


Failure to fill-out the Brand Name or Equal spreadsheet (attachment I) and provide evidence and proof to distribute/resell the original manufacture's equipment may cause your offer to be rejected and not considered further for award.


The offeror shall provide these items as an upgrade to existing RK100 MRI guided pFUS:


A. Hardware: Supplementary transducer: Design, build, Calibrate 0.5 MHz MRI-compatible spherically focused ultrasound transducer contains a 3 mm hole, enabling integration with a hydrophone compatible with existing RK100 system.


B. Software modification: Cavitation Feedback Module includes an Integrated blood brain barrier disruption feedback algorithm, which controls sonication 
power based on spectral content of passively received acoustic signal. Includes PZT hydrophone integrated into transducer & scope card to receive acoustic 
emissions.


C. Training: Onsite Installation & Training (3 days in total)
2 days of installation for rewiring, software module, & scope card
1 day of training, including use of BBBD module & animal experiment


2. Evidence of Past Performance(Acceptable/Unacceptable)


A. The Offeror shall submit with its Proposal satisfactory evidence that it has had previous experience, adequate financial resources, technical and administrative resources as herein specified to perform the type, magnitude, and quality of work specified.
B. The Offeror shall have at least three (3) years experience with the RK100 System involved in this upgrade.
C. Additionally the Offeror shall meet the following qualifications:
1. Submit the names of the key personnel responsible for this upgrade. The personnel must be proficient in the use of the existing RK100 system and in the upgrade provided. They will have installed other RK systems and provide a list of these locations and contact personnel of the previously installed RK systems.


2. Offerors must be able to show evidence of knowledge of their RK systems expertise by listing at least three (3) relevant published articles in peer reviewed journals.

3. Price/Offerors shall provide pricing for all item/s specified in this solicitation.


PROVISIONS AND CLAUSES
CLAUSES INCORPORATED BY REFERENCE



FAR CLAUSE 52-212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MARCH 2015))
(a)The Contractor shall comply with the following Federal Acquisition Regulations(FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items.
(1)52-209-10, Prohibition on Contracting with Inverted Domestic Corporations (DECEMBER 2014)
(2)52-233-3, PROTEST After Award (AUG 1996) (31.U.S.C.3553)
(3)52-233-4, Applicable Law for Breach of Contract Claim(OCT2004)(Public Laws108-77 and 108-78(19 U.S.C.3805 note)).


(b)The Contractor shall comply with the FAR clauses in this paragraph(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:


_X_ 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015)
_X_ Addendum To 52.212-4
(V) The Non-FAR Part 12 Discretionary FAR, HHSAR And LOCAL Clauses Included Herein Are Incorporated Into This Contract Either By Reference Or In Full Text. If Incorporated By Reference, See Clause 52.252-2 For Locations Where Full Text Can Be Found.
___ 52.203-3 -- GRATUITIES (APR 1984) (Over SAT) (Except For Personal Services)
___ 52.203-6 -- RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) (Over SAT)
___ 52.203-12 -- LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) (Over SAT)
___ 52.203-17 -- CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
_x__52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) and
__x_52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Agreements (DEVIATION 2015-02) )APR 2014)



___ 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)
___ 52.204-9 -- PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) (Services)
___ 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)

_x__ 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) (Over $30K)
___ 52.219-3 -- NOTICE OF TOTAL HUBZONE SET-ASIDE OR SOLE-SOURCE AWARD (NOV 2011)


___ 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JAN 2011) (Unrestricted, Over SAT)
___ 52.219-6 -- NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
___ 52.219-8 -- UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014) (Over SAT, For Supplies Or Non-Personal Services, Performed In CONUS)
___ 52.219-9 -- SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2013) (Use With 52.219-8, Over $650K, Unrestricted, For Supplies Or Non-Personal Services)
___ 52.219-14 -- LIMITATIONS ON SUBCONTRACTING (NOV 2011) (Small Business Set-Aside) (Over SAT)
___ 52.219-16 -- LIQUIDATED DAMAGES -- SUBCONTRACTING PLAN (JAN 1999) (Use With 52.219-9 For Supplies Or Non-Personal Services)
___ 52.219-27 -- NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011)
___ 52.219-29 -- NOTICE OF SET-ASIDE FOR ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS CONCERNS (JUL 2013)
___ 52.219-30 -- NOTICE OF SET-ASIDE FOR WOMEN-OWNED SMALL BUSINESS CONCERNS ELIGIBLE UNDER THE WOMEN-OWNED SMALL
BUSINESS PROGRAM (JUL 2013)
___ 52.222-3 -- CONVICT LABOR (JUN 2003) (Except Walsh Healy, FPI Or State Prison) (Performance In United States)
___ 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) (Supply Buy)
__ 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (EEO) (Use With 52.222-26) (Over $10K)
__ 52.222-26 -- EQUAL OPPORTUNITY (MAR 2007) (EEO) (Performance In United States) (Over $10K)
___ 52.222-29 -- NOTIFICATION OF VISA DENIAL (JUNE 2003) (Use With 52.222-26) (OCONUS)
___ 52.222-35 -- EQUAL OPPORTUNITY FOR VETERANS (SEP 2010) (Performance In United States)
__ 52.222-36 -- AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) (Over $15K) (Performance In United States)
__ 52.222-37 -- EMPLOYMENT REPORTS ON VETERANS (SEP 2010) (Use With 52.222-35) (Over SAT)
___ 52.222-41 -- SERVICE CONTRACT LABOR STANDARDS (MAY 2014) (Use With DOL Wage Determination)
___ 52.222-43 -- FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS -- PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 2014)
___ 52.222-44 -- FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS -- PRICE ADJUSTMENT (MAY 2014) (Use Without Options)
_x_52.222-50 -- COMBATING TRAFFICKING IN PERSONS (FEB 2009) (For OCONUS, Use ALTERNATE I (In Full Text)) (AUG 2007)
___ 52.222-51 -- EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT - REQUIREMENTS (MAY 2014)
___ 52.222-54 -- EMPLOYMENT ELIGIBILITY VERIFICATION (AUG 2013) (Over SAT) (Performance In United States) (POP Over 120 Days)
_X_ 52.223-2 -- AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (SEP 2013) (Use When USDA Designated Biobased Items Are Required)
_X_ 52.223-3 -- HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (Contractor's Supplies)
_X_ 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) (Work On Federal Facility)(Govt/Contractor Furnished Supplies)
___ 52.223-6 -- DRUG-FREE WORKPLACE (MAY 2001) (Include Only In A Contract With An Individual)
_X_52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
___ 52.224-1 -- PRIVACY ACT NOTIFICATION (APR 1984) (Use When Contractor Operates System Of Records On Individuals)
___ 52.224-2 -- PRIVACY ACT (APR 1984) (Use When Contractor Operates System Of Records On Individuals)
_X_52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
___ 52.228-4 -- WORKERS COMPENSATION AND WAR-HAZARD INSURANCE OVERSEAS (APR 1984) (Any OCONUS Performance)
___ 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (Over SAT)
___ 52.229-6 -- TAXES -- FOREIGN FIXED-PRICE CONTRACTS (FEB 2013) (OCONUS) (Over SAT)
___ 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) (Next FY)
___ 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013)
___ 52.232-36 -- PAYMENT BY THIRD PARTY (MAY 2014) (GPC)
___ 52.232-37 -- MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999) (Use In All ID/IQ Contracts)
_X_ 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
_X_ 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
_X_52.233-3 -- PROTEST AFTER AWARD (AUG 1996)
_X_52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
_X__ 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) (Work On Federal Facility)
___ 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991)
_X_52.242-13 -- BANKRUPTCY (JUL 1995) (Over SAT)
_X_52.242-15 -- STOP-WORK ORDER (AUG 1989) (Use With 252.232-7007) (Also Optional Use For Other Contracts)
___ 52.242-17 -- GOVERNMENT DELAY OF WORK (APR 1984) (Optional)
___ 52.244-2 -- SUBCONTRACTS (OCT 2010) (T&M/LH Over SAT)
___ 52.245-1 -- GOVERNMENT PROPERTY (APR 2012) (GP Over $150K)
___ 52.245-9 -- USE AND CHARGES (APR 2012) (Use With 52.245-1)
___ 52.247-29 -- F.O.B. ORIGIN (FEB 2006)


-- Next, Incorporate In Full Text The Following Stand Alone Discretionary FAR, HHSAR, And Local Clauses As Necessary: (Assemble Clauses Numerically As Shown Below).


___ 52.203-13 -- CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010) (Over $5M And 120 Days POP) (Use With 252.203-7003)
___ 52.209-9 -- UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013)
(Over $500K & Vendor ‘Has' Checked Provision 52.209-7(B))
___ 52.216-19 -- ORDER LIMITATIONS (OCT 1995) (ID/IQ)
___ 52.216-22 -- INDEFINITE QUANTITY (OCT 1995) (ID/IQ)
___ 52.217-7 -- OPTION FOR INCREASED QUANTITY -- SEPARATELY PRICED LINE ITEM (MAR 1989)
___ 52.217-8 -- OPTION TO EXTEND SERVICES (NOV 1999) (Services Only) (Insert ‘30 Days Before Contract Expires')
___ 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (Insert '30 Days' And '60 Days' Before Contract Expires)
___ 52.219-18 -- NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (JUN 2003)
_X_52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (Except OCONUS)
___ 52.222-17 -- NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014)
___ 52.222-40 -- NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (Over SAT, Not OCONUS)
___ 52.222-42 -- STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) (Insert WG/GS Grade and Fringe Benefit Hourly Rates)
___ 52.232-19 -- AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) (ID/IQ)
___ 52.237-7 -- INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (Non-Personal Services)
_X_52.246-1 - CONTRACTOR INSPECTION REQUIREMENT (APR 1994)
_X_52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
_X_52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "HHSAR FAR Supplement (48 CFR Chapter 3" In Paragraph (b))
_352.201-70 Paperwork Reduction Act (January 2006) (Prescribed in 301-106( C ))
X 352.203-70 ANTI-LOBBYING (JANUARY 2006) ( prescribed in 303.808-70) (ABOVE SAT)
X 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (JANUARY 2010) (prescribed in 322.810 (H))
__ 352.224-70 PRIVACY ACT (JANUARY 2006) (prescribed in 324.103(B)(2) (PRIVACY ACT REQUIREMENTS)
X 352.231-70, SALARY RATE LIMITATION (JANUARY 2010) ( prescribed in 331.101-70(B))
X 352.231-71 PRICING OF ADJUSTMENTS (JANUARY 2001) (prescribed in 331.102-70) (FIXED PRICE CONTRACT)
X 352.233-70 CHOICE OF LAW (OVERSEAS) (JANUARY 2010) (prescribed in 333.215-70(A))
_ 352.237-70 PRO-CHILDREN ACT (JANUARY 2006)(prescribed in 337.107-70 (A))
_ 352.237-71 CRIME CONTROL ACT OF 1990-REPORTING OF CHILD ABUSE (JANUARY 2006) (prescribed in 337.107-70 (B))
_X_ 352.237-73 NON-DISCRIMINATION IN SERVICE DELIVERY (MAR 2012)
_ 352.239-70 STANDARD FOR SECURITY CONFIGURATIONS (JANUARY 2010)(prescribed in 339.101(d)(1))(eit))
__ 352.239-71 STANDARD FOR ENCRYPTION LANGUAGE (JANUARY 2010)
__ 352.239-72 SECURITY REQUIREMENTS FOR FEDERAL INFORMATION TECHNOLOGY RESOURCES (JANUARY 2010)
__ 352.242-70 352.242-70 KEY PERSONNEL (JANUARY 2006) (PRESCRIBED IN 342.302(C)(2))
___ 352.242.71 TOBACCO-FREE FACILITIES (JANUARY 2006) (prescribed in 342.302( C )(3))
_X_352.242-73 WITHHOLDING OF CONTRACT PAYMENTS (JANUARY 2006)(prescribed 342.7003-1(a)
_X_352.270-1 ACCESSIBILITY OF MEETINGS, CONFERENCES, AND SEMINARS TO PERSONS WITH DISABILITIES (JANUARY 2001) (prescribed in 370.102(a))
__352.270-4 PROTECTION OF HUMAN SUBJECTS (JANUARY 2006) (prescribed in 370.303(a))
__352.270-5 CARE OF LABORATORY ANIMALS (JANUARY 2006)(prescribed in 370.403(a))
_X_352.270-7 CONFERENCE SPONSORSHIP REQUEST AND CONFERENCE MATERIALS DISCLAIMER (JANUARY 2010) (prescribed in 370.602)
_X_352.270-8 PROSTITUTION AND RELATED ACTIVITIES (JANUARY 2010) (prescribed in 370.701)
_X_352.270-9 NON-DISCRIMINATION FOR CONSCIENCE (JANUARY 2010) (prescribed in 370.702)
_X_ 352.304.16- AFFORDABLE CARE ACT PREVENTION AND PUBLIC HEALTH FUND-REPORTING REQUIREMENTS (>$25,000 using PPHF monies)
CLASS DEVIATION


Http://Www.Hhs.Gov/Asfr/Ogapa/Acquisition/Apm-2012-03-Amendment1.Html


_X_ FAR 52.222-99 ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION) (JUNE 2014)
(Services, use with FAR 52.222-41, http://www.hhs.gov/asfr/ogapa/acquisition/policies/class_deviations.html )
(End of Addendum To 52.212-4)


_X_ 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEC 2014)  
_X_ 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014)
_X_ Addendum To 52.212-1,)
(M) The Non-FAR Part 12 Discretionary FAR, HHSAR Provisions Included Herein Are Incorporated Into This Solicitation Either By Reference
Or In Full Text. If Incorporated By Reference, See Provision 52.252-1 For Locations Where Full Text Can Be Obtained.
___ 52.204-5 -- WOMEN-OWNED BUSINESS OTHER THAN SMALL BUSINESS (MAY 1999) (Over SAT, Full And Open Competition)
_X__ 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999)
___ 52.214-34 -- SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)
___ 52.222-24 -- PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB 1999) (EEO Over $10M)
___ 52.222-46 -- EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES (FEB 1993) (OVER $650K, GROUP)
___ 52.223-1 -- BIOBASED PRODUCT CERTIFICATION (MAY 2012) (USE WITH 52.223-2)
_X_52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (DEC 2012)
___ 52.237-1 -- SITE VISIT (APR 1984)
___ 52.237-10 -- IDENTIFICATION OF UNCOMPENSATED OVERTIME (OCT 1997) (Over SAT Using MH)
___ 52.203-2 -- CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) (Over SAT)
___ 52.209-7 -- INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (Over $500K)
___ 52.215-20 -- REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010)
ALTERNATE IV (OCT 2010) (Competitive Over SAT) (Use With 252.215-7008)
___ 52.216-1 -- TYPE OF CONTRACT (APR 1984) (Over SAT)
___ 52.222-48 -- EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT CERTIFICATION (FEB 2009)
___ 52.225-17 -- EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000)
___ 52.233-2 -- SERVICE OF PROTEST (SEP 2006) (Over SAT)
_X_52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
_X_52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "HHSAR FAR Supplement (48 CFR Chapter 3)" In Paragraph (B))
(End of Addendum to 52.212-1)


_X_ 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014)
_X_ Addendum To 52.212-2
(End Of Addendum To 52.212-2)


_X_ 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015)
(END OF CLAUSE)


 


CLAUSE INCORPORATED BY FULL TEXT

52.211-6 Brand Name or Equal.


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.


(End of provision)


 







Vendors response must be emailed to Contract Specialist,Gail Akinbinu -gakinbinu@cc.nih.gov no later than August 7,2015 10:00am (Eastern)
astern)


 


 


Gail Akinbinu, Contract Specialist, Phone 301-496-0692, Fax 301-480-9826, Email gakinbinu@cc.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP