Federal Bid

Last Updated on 25 Apr 2021 at 3 AM
Combined Synopsis/Solicitation
Bethesda Maryland

3-Tesla proton (1H) and phosphorus (31P) dual tuned MRI head

Solicitation ID NIMH21002043RFQ
Posted Date 31 Mar 2021 at 10 PM
Archive Date 24 Apr 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states

STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS

COMBINED SYNOPSIS / SOLICITATION
COMPETITIVE


Title: 3-Tesla proton (1H) and phosphorus (31P) dual tuned MRI head coil


(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 NIMH21002043RFQ 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.

(iii) The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular (FAC) 2021-05 dated 3/10/21.

(iv) The associated NAICS code is 334516 and the small business size standard is 1,000
epmloyees.

This requirement is a full and open competition.

(v) Phosphorus (31P) MR spectroscopy (MRS) is a non-invasive technique for the study of
tissue and energy metabolism under various physiological and pathophysiological
conditions. It also provides a way to measure tissue pH.

MR Spectroscopy Section and Core have been conducting 31P MRS studies using
1H/31P surface coils on the peripheral brain tissue (frontal or occipital lobes). However,
the shallow penetration of the radiofrequency wave from surface coils cannot reach brain
tissue in deep brain region. To study brain metabolite inside human head, a volume
head 1H/31P head coil must be used which can produce radio frequency wave
penetrating into the deep brain.

(vi) Purchase Description :
3-Tesla proton (1H) and phosphorus (31P) dual tuned MRI head coil. This is a MRI
head coil that is designed to detect both proton (1H) and phosphorus (31P) signal. The
1H channel is used to obtain regular MRI images and 1H MRS, and 31P channel is used
to obtain 31P MRS.

Salient characteristics:
Refer to Attachment 1: Product Description for a complete description of salient
characteristics.

Quantity:
One (1)

(vii) Delivery Date:
No later than 90 days after receipt of order.

Place of Acceptance:
National Institutes of Health
National Institute of Mental Health NIMH
10 Center Drive
Building 10, Room 2D50
Bethesda, MD 20892

FOB: Destination

(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 following factors shall be used to
evaluate offers: (i) price; (ii) technical capability of the item offered to meet the
Government requirement. The agency will first evaluate offerors’ prices, and then
evaluate the apparent lowest-priced quote to determine if it is technically acceptable. If
the lowest-price quote is evaluated as unacceptable, then the agency will consider the
acceptability of the next lowest-price quote, continuing this process as necessary.
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) Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24,
and 52.212-3 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. See Attachment 3
for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable
to this acquisition.
(xiii) Reference Attachment 3 for additional contract requirements or terms and conditions as
determined by the Contracting Officer are necessary for this acquisition and consistent
with customary commercial practices.

(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.

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 quotation which will be considered by the agency.
All responses must be received by 5:00 PM, EST April 1, 2021 and reference
solicitation number NIMH21002043RFQ. Responses must be submitted electronically
(e-mail) to [email protected]. Fax responses will not be accepted.

(xvi) Any questions must be submitted by 5:00 PM EST on March 23, 2021. All questions
must be submitted electronically (e-mail) to [email protected] and reference
solicitation number NIMH21002043RFQ. Telephone inquiries will not be honored.

Attachments
Attachment 1 – Purchase Description
Attachment 2 – FAR Provisions 52.204-24 and 52.212-3
Attachment 3 – FAR Clauses 52.212-4, 52.212-5

Bid Protests Not Available