Combine Solicitation – Mavig Accessories and installation
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Mavig Accessories and installation
Classification Code: 65 - Medical, dental & veterinary equipment & supplies
Solicitation Number: 14-011757
Contact:
Setaside: N/AN/A
Place of Performance (address): 9000 rockville pikeBethesda, MD
Place of Performance (zipcode): 20892
Place of Performance Country: US
Description:
Clinical Center/
This is a combined synopsis/solicitation for commercial services 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 documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective
BACKGROUND
Purpose: The CIO Preclinical laboratory performs IRB approved research studies to evaluate treatment for cancer using CT and fluoroscopy guided imaging. Justification: The CIO requires turnkey engineering to complete the laboratory.
CONTRACT REQUIREMENTS Install all electrical circuits to transformer boxes and junction boxes, extending and or routing to meet the needs of equipment in place or to be installed.
CT MAVIG Light 1: * Install the transformer compatible with Philips and complete the wiring to the Philips installed. CT MAVIG Light 2: * Furnish and Install conduit/wire to extend the new 120volt, 20amp circuit to a new junction box at the location of Mavig Light 2 mounted to the strut system in the ceiling. * Install Mavig transformer provided by others attached to the new junction box above including extending the new electrical circuit to the transformer make terminations * Furnish and install flexible conduit with wire from the transformer to the Mavig Light and make terminations
GOVERNMENT RESPONSIBILITIES Access to clean safe work environment to install required equipment and services.
REPORTING REQUIREMENTS AND DELIVERABLES Delivery of the above equipment and services
PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS
INSPECTION AND ACCEPTANCE REQUIREMENTS After installation and upon approval of by inspecting NIH officials from
PERIOD OF PERFORMANCE From installation and following any existing maintenance agreements
ATTACHMENTS
I.Constraints: b. Must be compatible with current Philips and Mavig instrument, and infrastructure. TECHNICAL EVALUATION ELEMENTS(IN ORDER OF IMPORTANCE 1. Technical Approach (Met/ Not Met) The Government will evaluate the offeror's technical approach to satisfy the following solicitation requirementsreferenced in the Statement of Objectives Above.
2. Experience(Met/Not Met) The offeror must demonstrate a minimum of two (2) years of experience providing maintenance support services similar to or equivalent digital x-ray equipment to the system that is subject of this procurement.
3. Past Performance (Met /Not Met) The offeror must provide three references from previous customers where the offeror provided maintenance support with similar specifications and complexity to the Carestream DRX Evolution Digital X-Ray System.
4. PRICE The price quoted will be evaluated for price reasonableness. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule.
********* FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012)(see Attachment No. 2 for additional proposal preparation instructions), FAR 52.212-2 Evaluation - Commercial Items (
FAR 52- 212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965 (
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (
(d)(1) The Comptroller General of
The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract in full text, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract in full text, to implement provisions of law or Executive orders applicable to acquisitions of commercial items.
(End of clause) Contracting Officer's Representative
The following Contracting Officer Representative (COR) will represent the Government for the purpose of this contract:
To be determined at the time of award.
The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract.
The Government may unilaterally change it's COR designation.
Post Award evaluation of Contractor Performance
a) Contractor Performance Evaluations Interim and final evaluations of Contractor performance will be prepared on this contract in accordance with FAR 42.15. The final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluation(s) shall be submitted at the time of the annual evaluation. Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation.
The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations Contractor responses and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions.
b) Electronic Access to Contractor Performance evaluations Contractors that have internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: hhtp://oamp.od.nih./OD/CPS/cps.asp. The registration process requires the Contractor to identify an individual that will serve as a primary point of contact and who will be authorized access to the evaluations for review and comment. In addition, the Contractor will be required to identify an alternate contact that will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame.
Reporting Matters Involving Fraud, Waste and Abuse
Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is [email protected] and the mailing address is:
ADDITIONAL PROPOSAL INSTRUCTIONS:
Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained online at the NCI website at http://amb.nci.nih.gov.
The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than
Link/URL: https://www.fbo.gov/spg/HHS/NIH/CCOPC/14-011757/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 4358 |



Advisor News
- Geopolitical instability and risk raise fears of Black Swan scenarios
- Structured Note Investors Recover $1.28M FINRA Award Against Fidelity
- Market reports turn economic trends into a strategic edge for advisors
- SEC in ‘active and detailed’ settlement talks with accused scammer Tai Lopez
- Sketching out the golden years: new book tries to make retirement planning fun
More Advisor NewsAnnuity News
- An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- Rethinking whether annuities are too late for older retirees
- Advising clients wanting to retire early: how annuities can bridge the gap
- F&G joins Voya’s annuity platform
More Annuity NewsHealth/Employee Benefits News
- AM Best Affirms Credit Ratings of The Cigna Group and Its Subsidiaries
- Iowa insurance firms warn bill would make health costs rise
- Farmers among many facing higher insurance premiums
- Mark Farrah Associates Analyzed the 2024 Medical Loss Ratio and Rebates Results
- PID finds violations by Aetna Insurance
More Health/Employee Benefits NewsLife Insurance News
- AM Best Affirms Credit Ratings of The Cigna Group and Its Subsidiaries
- U-Haul Holding Company Announces Quarterly Cash Dividend
- Jackson Earns Award for Highest Customer Service in Financial Industry for 14th Consecutive Year
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- LIMRA: Individual life insurance new premium sets 2025 sales record
More Life Insurance News