CTF MEG Service Contract

expired opportunity(Expired)
From: Federal Government(Federal)
75N95023Q00557

Basic Details

started - 01 Aug, 2023 (8 months ago)

Start Date

01 Aug, 2023 (8 months ago)
due - 07 Aug, 2023 (8 months ago)

Due Date

07 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
75N95023Q00557

Identifier

75N95023Q00557
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26938)NATIONAL INSTITUTES OF HEALTH (10892)NATIONAL INSTITUTES OF HEALTH NIDA (3127)

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION 75N95023Q00557TITLE: MEG System Service Contract, MEG Helium Recycler Contract, and MEG Helium Recycler Cold Head Repair(i) This is a non-competitive 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; quotations are being requested and a written solicitation will not be issued.(ii) The solicitation number is 75N95023Q00557 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item 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 2023-04, effective June 2, 2023.(iv) The associated NAICS code is 811210 and the Small Business size standard is $34M. This requirement is non-competitive and no set-aside restrictions are applicable.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 Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to CTF MEG Neuro Innovations, Inc., 68 Schooner St, Unit 7, Coquitlam, BC V3K 7BI. In order to keep consistency and to use the validated hepatocytes on this system and to be able to better replicate the results from our pilot studies, it is necessary to obtain hepatocytes from this source. Only this suggested source can furnish the requirements, to the exclusion of other sources, because of our previous pilot studies and to stick to validated hepatocyte models for this technology. Purchasing hepatocytes from the same batch is important to decrease the batch to batch variability during the experiments. DESCRIPTION(v) The CTF MEGTM system was purchased from VSM MedTech System, Inc. and installed in 2002. The system has been under a full-service maintenance contract that has been renewed each year since 2002. VSM MedTech reorganized several years ago as CTF MEG International Services (MISL) and has all the proprietary rights to the CTF MEG system. The Magnetoencephalography (MEG) Core Facility operates a 275 channel whole head CTF MEG system as a shared resource for the Intramural Research Program of NIMH as well as other institutes. MEG, magnetoencephalography, is a sophisticated technique allowing high resolution recording of brain activity and as such forms a vital part of the neuroimaging research program. The instrument is in full time use by over 40 investigators as part of the program mission of the institutes. In order to ensure availability of the system and reliability of patient data a full-time maintenance contract is essential.Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work. NIH requires a CTG MEG International Services “All-inclusive” service agreement to maintain the operational integrity of the NIMH Core Facility which includes the CTF MEG System and CTF Helium Recycler. In addition, the Helium Recycler requires coldhead refurbishment. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in the Statement of Work. (vi) The Government anticipates making an award with a staggered Period of Performance. Service Agreement for the CTF Helium Recycler: August 15, 2023 – August 14, 2024 Helium Recycler Coldhead Refurbishment: August 15, 2023 – August 31, 2024 CTF MEG Core Service Agreement: September 16, 2023 to September 15, 2024 SPECIAL CONTRACT REQUIREMENTS(vii) Contractor Requirements. The MEG COR system has been under a full-service maintenance contract that has been renewed each year since 2002. VSM MedTech reorganized several years ago as CTF MEG International Services (MISL), and more recently to CTF MEG Neuro Innovations Inc., and has all the proprietary rights to the CTF MEG system. The recycler was installed by CTF MEG International Services, and integrated with the CTF MEG system. EVALUATION AND AWARD(x) The anticipated award date is August 15, 2023(xi) The Government plans to award a fixed-price purchase order resulting from this solicitation. The resulting award will be made to CTF MEG Neuro Innovations, Inc., as long as it is technically acceptable and at a fair and reasonable price. If additional quotations are received, the award will be made to the vendor who represents the best value to the Government, price and other factors considered. The Government will use comparative evaluations to determine which quotation is the best value, in consideration of the following evaluation criteria: 1. Technical Capability, which includes: a) Technical response to the Statement of Work2. Past Performance3. PriceSUBMISSION INSTRUCTIONS(xii) All responses to this RFQ must be received by 1:00 pm Eastern Time on August 7, 2023 and must reference the solicitation number cited above. Responses must be submitted via email to Michelle Cecilia at michelle.cecilia@nih.gov. (xiii) This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Any representations and/or certifications attached to this RFQ must be completed by the quoter.(xiv) Responses to this RFQ must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government.(xv) Responses must also include the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), the certification of business size, the completed representation in FAR Provisions 52.204-24 and 52.204-26 (attached), and a quotation that includes: 1. The total price (inclusive of all costs, fees, shipping, etc.), 2. Individual prices for each listed line item,3. Prompt payment discount terms, 4. Product or catalog number(s), 5. Product/service description, and 6. Any other information or factors that may be considered in the award decision. Such factors may include 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.(xvi) For information about this RFQ, contact Michelle Cecilia, Contracting Officer, at 301-827-7199 or michelle.cecilia@nih.gov.(xvii) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.(xx) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 www.acquisition.gov.The following provisions apply to this acquisition and are incorporated by reference:1. The provision at FAR 52.204-7, System for Award Management (Oct 2018)2. The provision at FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)3. The provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2020)(xxi) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 www.acquisition.gov. In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference:1. The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018)2. The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)3. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Dec 2022) 4. The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)5. The clause at HHSAR 352.223-70, Safety and Health (December 18, 2015)(xxii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xxiii) ATTACHMENTSThe following are attached in full text: 1. Statement of Work2. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Products and Commercial Services (Jun 2023)3. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services Addendum (Dec 2022)4. NIH Invoicing Instructions (Mar 2023)5. Wage Labor Determination 15-42696. IT and Security Clauses

Bethesda ,
 MD  20892  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Bethesda

Classification

naicsCode 811210Electronic and Precision Equipment Repair and Maintenance
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment