Federal Bid

Last Updated on 20 May 2018 at 8 AM
Solicitation
Location Unknown

Upgrades for Philips 3T Achieva MRI Scanner

Solicitation ID HHS-NIH-NIDA(AG)-NOI-18-146
Posted Date 20 Apr 2018 at 1 PM
Archive Date 20 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
PRE-SOLICITATION NOTICE OF INTENT
HHS-NIH-NIDA(AG)-NOI-18-146

PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION.

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

The Office of Acquisition (OA) at the National Institute on Drug Abuse (NIDA), on behalf of the National Institute on Aging (NIA) intends to negotiate and award a purchase order to Philips Health Care, 22100 Bothell Everett Highway, PO Box 3003, Boethell, Washington 98041-3003 for software upgrades and training for the NIA's Philips 3T Achieva MRI Scanner. Reference sources sought number HHS-NIH-NIDA(AG)-SBSS-18-146, released on FedBizOpps from April 3, 2018 through April 12, 2018.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334517 with an employee number of 1000.

REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-97.

STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source.

DESCRIPTION OF REQUIREMENT
The purpose of this requirement is to obtain a software upgrade for the NIA's Philips 3T Achieva MRI scanner, located at Harbor Hospital in Baltimore, MD, from Release 5.17 (R5.17) to Release 5.3 (R5.3).

The proposed software upgrade will be implemented by inserting solid-state drives (SSD's) into the scanner's workstation, then rebooting the workstation and reconstruction computer. The scanner's configuration can also be returned to R5.17 or R3.2 by inserting the appropriate SSD's for those software versions and rebooting. Also included in the upgrade package will be Philips' ScanWise Implant software, which adds functionality to safely scan subjects with MR-conditional implants. Finally, the upgrade package will include on-site training for technologists and researchers to safely and effectively use the new software.

DELIVERY DATE
30 days after Purchase Order Award.

CLOSING STATEMENT

This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.

Responses to this notice 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.

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."

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses must be received by the closing date specified in this announcement and must reference the announcement number on all correspondences. Responses must be submitted electronically to the Contracting Officer Jon Gottschalk at [email protected]. FAX requests are not accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

Contracting Office Address:
6001 Executive Boulevard, Room 3163
Bethesda, Maryland 20892-9559
United States

Primary Point of Contact.:
Jon Gottschalk
[email protected]
Phone: 3014439456

 

Bid Protests Not Available