The RFP Database
New business relationships start here

Preventive Maintenance on Visualsonics Vevo LAZR Ultrasound System


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS / SOLICITATION
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.
The solicitation number is HHS-NIH-NIDA-(SSSA)-14-750 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014.
This acquisition is unrestricted. The associated NAICS code 811219 and the small business size standard $20.5.
STATEMENT OF OBJECTIVES
The purpose of this requirement is the acquisition of an annual maintenance contract for the VisualSonics Vevo VS 2100 LAZR Ultrasound System. The equipment delivers ultrasound frequencies required to achieve high resolution images in rodents and to see anatomical and oxygen features of animal tissue.

Title: Preventive Maintenance on Visualsonics Vevo LAZR Ultrasound System


CONTRACTOR REQUIREMENTS (SCOPE OF WORK)


Scope of Work
The National Institute of Neurological Disorders and Stroke (NINDS), National Institutes of Health (NIH) mission is to seek fundamental knowledge about the brain and nervous systems and to use that knowledge to reduce the burden of neurological disease.
The NIH Mouse Imaging Facility (MIF) is a shared resource that provides state-of-the-art equipment and resources for biomedical research and development. The MIF has considerable technical expertise in animal imaging and intends on making the best use of this ultrasound equipment. The MIF is a shared resource that provides state-of-the-art equipment and resources for biomedical research and development. Currently, the MIF supports five magnetic resonance imagers (MRI), one MicroCT, one tissue CT, one bioluminescence imager, two ultrasounds, and other animal physiologic monitoring equipment. Since its origin in 1999, the MIF has provided ultrasound support to the NIH research community.


Project requirements:
The Contractor must be able to provide a service agreement for the VisualSonics Vevo VS 2100 LAZR ultra high-frequency ultrasound imager with photoacoustic capability. The equipment requiring maintenance was originally purchased from the original equipment manufacturer (OEM), VisualSonics Inc. To ensure NINDS, MIF research data integrity, equipment maintenance may only be performed by VisualSonics technicians using VisualSonics parts and therefore contractors must only use VisualSonics technicians and Visualsonics parts.
This project evolved in the NIH Mouse Imaging Facility (MIF) in the intramural program of the National Institute of Neurological Disorders and Stroke (NINOS), National Institutes of Health (NIH). NINOS has a long-standing program of utilizing transgenic animals in the study of disease model systems. This procurement represents the desire of NINOS to stay at the forefront of these studies by maintaining the highest ultrasound frequencies and imaging capabilities available to study model animals to date.
The specific aim of this project is to maintain the imaging capability of the MIF.
What we except to receive:
• Twelve months of preventative maintenance (PM) coverage for parts and labor for all Vevo LAZR and Vevo 2100 products.
• Two PM visits for the Vevo LAZR during the covered period
• Telephone and email based technical and application support
• Including all travel expenses and labor costs. Service contract date from
June 2014 to June 2015.


PERIOD OF PERFORMANCE
September 30, 2014 through September 29, 2014


Type of Contract Contemplated:
Fixed Price Purchase Order
Evaluation Criteria:
Lowest Price Technically Acceptable


Acceptance
FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer.
FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the service quoted and whether it meets the essential requirements as specified in the scope of work; and (2) price.
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.
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 responses must be received by September 28, 2014, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-14-750. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will be accepted at (301) 480-1358.
Contact Andriani Buck at 301-402-1677 for information regarding the solicitation.


Andriani Buck, Contract Specialist, Phone 3014021677, Email andriani.buck@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP