Brand Name or Equal FOR MOLECUBES X-CUBE MICRO CT SCANNER SYSTEM AND ACCESSORIES

expired opportunity(Expired)
From: Federal Government(Federal)
RFQ-RML-C-2034029

Basic Details

started - 23 Jul, 2020 (about 3 years ago)

Start Date

23 Jul, 2020 (about 3 years ago)
due - 01 Aug, 2020 (about 3 years ago)

Due Date

01 Aug, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
RFQ-RML-C-2034029

Identifier

RFQ-RML-C-2034029
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (27032)NATIONAL INSTITUTES OF HEALTH (10921)NATIONAL INSTITUTES OF HEALTH NIAID (1813)

Attachments (4)

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.

Title: BRAND NAME OR EQUAL  MOLECUBE X-CUBE Pre-Clinical Benchtop micro-CT Scanner, MOLECUBES Workstation and Tablet, MOLECUBES Software Suite, onsite training, applications training, Animal Preparation Station, two Animal Bed including monitoring, Anesthesia System, and Image Post-Processing SoftwareDescription:This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-C-2034029.This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07
Effective JULY 2, 2020.The associated North American Industry Classification System (NAICS) code for this procurement is 334516with a small business size standard of 1,000 employees.This acquisition is being posted as a Brand Name or Equal. No small business set-aside.The National Institute of Allergy and Infectious Diseases (NIAID), The Laboratory of Virology at Rocky Mountain Laboratories is seeking to purchase X-CUBE Pre-Clinical Benchtop micro-CT Scanner, MOLECUBES Workstation and Tablet, MOLECUBES Software Suite, onsite training, applications training, Animal Preparation Station, two Animal Bed including monitoring, Anesthesia System, and Image Post-Processing Software.The proposed purchase is for Brand Name or Equal products. The brand name, model/part number, and quantity is attached:     PLEASE INCLUDE COUNTRY OF ORIGIN ESTIMATED TIME OF DELIVERYAPPLICABLE SHIPPING CHARGES TO HAMILTON, MT To be considered for award, vendors of “equal” products, including “equal” products of the brand-name manufacturer, must meet the following criteria for the salient characteristics of the Molecube X-CUBE MICRO CT SCANNER SYSTEMS AND ACCESSORIES  •    The X-CUBE MOLECUBES benchtop micro-CT scanner must allow for low-dose sub-minute whole-body mice and rat acquisitions at a resolution down to nominal resolution of 50μm. •    Novel iterative reconstruction algorithms deliver superior soft-tissue contrast images at unmatched dose levels•    Workstation must support the display and analysis of large image volumes. •    A tablet is necessary to allow seamless operation of the cubes in a multimodal and wireless way•    MOLECUBES software suite allows for intuitive, wireless multimodal image acquisition and reconstruction, all executed in each CUBE on a GPU-based server. •    Automatic multi-modal image processing is needed as well as DICOM-export. Must ensure data formats are compatible with most current image analysis programs•    On-site user training. Training to cover use of the workstation and tablet to control the CUBES, routine quality control procedures and optimizing workflows. •    On-site applications•    One micro-CT QC Phantom•    Animal preparation station with connections to anesthesia and heating.•    Standard animal bed for mice and rats. Must have integrated heating and anesthesia as well as animal monitoring capabilities (ECG and respiratory). Beds must be easily dockable in the animal preparation station as well as in the different CUBES.•    Standard anesthesia machine for use with any of the CUBES.•    1 license of Viewing and Analysis Software featuring basic image post-processing capabilities using DICOM format, supplied by third party vendor such as PMOD or InviCRO.•    Allows for fast whole-body mouse and rat CT imaging at extremely low dose soft tissue contrast. Self-shielded imaging unit is a mobile in vivo scanner. Advanced workflows such as gated and dynamic contrast enhanced imaging in a functional and integrated set up. Reconstruction techniques, Intuitive and wireless acquisition software, with multimodal small animal bed for easy and modular multimodal imagingPlace of Performance:NIH NIAID ROCKY MOUNTAIN LABORATORIES 903 S 4TH ST HAMILTON, MT  59840I.    INSTRUCTIONS:NIAID requests responses from qualified sources capable of providing the requirements as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if 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 characteristics specified in the 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 modification 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” products, the offeror shall provide the brand name product referenced in the solicitation. (End of provision).All quotes shall include: price(s) (unit price, extended price, total price); documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; and Cage Code. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respondto the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor’s response being considered non-responsive and will therefore be eliminated from further consideration and award. If a vendor quotes an OPEN MARKET item, NIAID will only consider those which are clearly identified on the quote as Open Market. All or part of the successful vendor’s quote may be incorporated in any contract resulting from this solicitation. The successful vendor’s quote may be incorporated by reference.II.    EVALUATION:NIAID will evaluate all quotes to determine the most advantageous to the government. NIAID will make that determination based on the capability of each vendor’s quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the proposed products/service in a timely manner, warranty, past performance, and reasonable price. The Government’s objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Vendor.Award will be based on the capability of the item offered to meet the stated salient characteristics, the best value to the government, delivery, price, warranty, and past performance.III.    SPECIAL NOTICE TO VENDORSVendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.PROVISIONS AND CLAUSESThe government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein.The following FAR and HHSAR provisions and clauses apply to this acquisition:The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/.The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement:HHSAR 352.203-70 Anti-Lobbying (December 18, 2015)HHSAR 352.208-70 Printing and Duplication (December 18, 2015)HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (August 2019)52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (August 2019)FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020)FAR 52.212-3 Offerors Representations and Certifications – Commercial Items (June 2020)FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.211-6 Brand Name or Equal (Aug 1999)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following contract clauses apply to this acquisition:FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JULY 2020)*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.FAR 52.225-1 -- Buy American—Supplies (May 2014) FAR 52.225-2 -- Buy American Certificate (May 2014)FAR 52.225-13 --Restriction on Certain Foreign Purchases (Jun 2008)HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request by email.Submission shall be received not later than Aug 1, 2020  @ 9:00 am MSTOffers may be e-mailed to Diana Rohlman,  diana.rohlman@nih.gov. Offers shall include RFQ number in the subject line (RFQ-RM-C-2034029) and include the appropriate DUNS number to use. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to diana.rohlman@nih.gov

Hamilton ,
 MT  59840  USALocation

Place Of Performance : N/A

Country : United StatesState : MontanaCity : Pinesdale

You may also like

Brand Name or Equal: Attana automated sample-robot for Attana Cell 200/250 System

Due: 08 Dec, 2024 (in 7 months)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Firefly genomics instrument with stands and accessories- Brand Name or Equal

Due: 05 May, 2024 (Today)Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies