Search Contract Opportunities

7T Human MRI System   3

ID: NIMH20003960RFP • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 20, 2020, 5:19 p.m. EDT

STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS
COMBINED SYNOPSIS / SOLICITATION
COMPETITIVE

Title: 7T Human MRI System

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Federal Acquisition Regulation (FAR) 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 NIMH20003960RFP and the solicitation is issued as a request
for proposal (RFP).

This acquisition is for a commercial item and is conducted under the authority of the
Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation, and FAR
Part 12 Acquisition of Commercial Items and is expected to exceed the simplified
acquisition threshold.

(iii) The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2020-08 dated 7/14/20.

(iv) The associated NAICS code is 334510 and the small business size standard is 1,250
employees. This requirement is full and open with no set-aside restrictions.

(v) The National Institute of Mental Health (NIMH) Functional Magnetic Resonance
Facility (FMRIF) is a core resource of the NIH intramural research program. The FMRIF
was created by the NIMH and the National Institute of Neurological Disorders and Stroke
(NINDS) in 1999. Its function is to serve as a resource by which all NIH institutes can
perform Magnetic Resonance Imaging (MRI) studies that further the understanding of
healthy and diseased brain anatomy, function and physiology. The FMRIF currently
operates four 3T and one 7T MRI human MRI systems.

The specific objective of this procurement is the purchase of a new-generation high-field
(7 Telsa) MRI System. The acquisition will allow the FMRIF to be able to provide the
latest tools and techniques to NIH researchers. The upgraded system is to be used for
clinical and preclinical human MRI research.

Base Year: Base Period (Months 0- 24) Site preparation, delivery and complete
system install (as in (7))
Option year 1: (Months 25 - 36) Initial magnet and system warranty / site scientist)
Option year 2: (Months 37 - 48) Extended magnet warranty / site scientist)
Option year 3: (Months 49 - 60) Extended magnet warranty / site scientist)
Refer to Attachment 6 Purchase Description for information about desired product
configurations and site preparation options.

(vi) Purchase Description:
Essential features of a new 7T Human MRI include:
A 7T actively shielded magnet with whole body gradients gradient strength
more than 70mT/m and minimum 200T/m/s slew rate.
At least 64 receive channels for proton.
A suitable radio frequency power amplifier and capability for multinuclear
spectroscopy and 3rd order shims.
A high-end host computer console and separate computer dedicated to
image reconstruction and dedicated neuro applications.
A research mode which includes a facility for parallel transmission with a
minimum of 8-channels for transmit and a head coil
o 8-channel RF transmit array and 8Tx/32Rx Head Coil*

Quantity:
One (1) MRI system with Installation and Follow-on Support
Salient characteristics:

Refer to Attachment 6: Purchase Description for a complete description of salient
characteristics and desired configuration options.

(vii) Delivery Date:
The vendor will prepare the site, deliver, and install the complete system on-site
(including all connections to quench ducts, vacuum pumps, cryogens for magnet ramp
up etc.) and ensure that the initial performance of all equipment satisfies the required
specifications no later than 24 months following contract award.

Place of Delivery/Acceptance:
National Institutes of Health - Bethesda
NIH/NIMH/FMRIF
10 Center Drive
Building 10, Room B1D307
Bethesda MD 20892

FOB: Destination

(viii) The provision at FAR clause 52.212-1, Instructions to Offerors Commercial Items,
applies to this acquisition. Refer to Attachment 5 for complete details.

(ix) The provision at FAR clause 52.212-2, Evaluation Commercial Items, applies to this
acquisition. Refer to Attachment 5 for evaluation information.

Options. The Government will evaluate offers for award purposes by adding the total
price for all options to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the option(s).

(x) Offerors are to include a completed copy of Attachment 4: FAR 52.204-24, 52.204-25,
52.204-26, and 52.212-3 Reps and Certs with its proposal.

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

(xii) The 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 2 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that
are applicable to this acquisition.

(xiii) Reference Attachment 2 for additional contract requirements or terms and conditions
determined necessary by the Contracting Officer 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
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.

(xvi) Closing Information
All responsible sources may submit a proposal which will be considered by the agency.
All responses must be received by 5:00 PM, August 25, 2020 and reference number
NIMH20003960RFP. Responses must be submitted electronically (e-mail) to
michael.horn@nih.gov. Fax responses will not be accepted.
Any questions must be submitted by 5:00 PM EST on August 17, 2020. All questions
must be submitted electronically (e-mail) to michael.horn@nih.gov and reference
number NIMH20003960RFP. Telephone inquiries will not be honored.

(xvii) Attachments
Attachment 1 FAR Clause 52.212-4
Attachment 2 FAR Clause 52.212-5 and Additional Terms and Conditions
Attachment 3 Small Business Subcontracting Plan
Attachment 4 FAR 52.204-24, 52.204-25, 52.204-26, and 52.212-3 Reps and Certs
Attachment 5 FAR Provisions 52.212-1, FAR 52.212-2 08202020
Attachment 6 Purchase Description 08192020
Attachment 7 NIMH20003960RFP Questions and Answers NIMH20003960RFP SF 30 A0001

*NIMH20003960RFP SF 30 A0001 dated 8/19/20

*NIMH20003960RFP SF 30 A0002 dated 8/20/20

Posted: Aug. 19, 2020, 8:53 a.m. EDT
Posted: Aug. 5, 2020, 10:01 a.m. EDT

Overview

Response Deadline
Aug. 27, 2020, 11:00 a.m. EDT (original: Aug. 25, 2020, 12:00 a.m. EDT) Past Due
Posted
Aug. 5, 2020, 10:01 a.m. EDT (updated: Aug. 20, 2020, 5:19 p.m. EDT)
Set Aside
None
Place of Performance
MD 20892 United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
On 8/5/20 National Institute on Drug Abuse issued Synopsis Solicitation NIMH20003960RFP for 7T Human MRI System due 8/27/20. The opportunity was issued full & open with NAICS 334510 and PSC 6695.
Primary Contact
Name
Michael Horn   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation NIMH20003960RFP

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation NIMH20003960RFP

Award Notifications

Agency published notification of awards for Synopsis Solicitation NIMH20003960RFP

Contract Awards

Prime contracts awarded through Synopsis Solicitation NIMH20003960RFP

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation NIMH20003960RFP

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation NIMH20003960RFP

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIDA
FPDS Organization Code
7529-75N950
Source Organization Code
100189048
Last Updated
Sept. 11, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 11, 2020