Service Maintenance and Support for Philips MR7700 3T MRI Scanner and Chiller
ID: 75N95025Q00131Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for service maintenance and support for its Philips MR7700 3T MRI scanner and associated KKT cBoxX 100 chiller, located at Medstar Harbor Hospital in Baltimore, Maryland. The contract will encompass preventive maintenance, routine upgrades, and emergency repairs to ensure the uninterrupted operation of this critical medical equipment, which is vital for clinical trials involving human subjects. The anticipated period of performance spans five years, starting from February 21, 2025, with multiple option years available, and proposals must be submitted electronically by 9:00 a.m. Eastern Daylight Time on January 31, 2025, to Emily Palombo at emily.palombo@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The provision 52.204-24 outlines the requirements for Offerors regarding the use of covered telecommunications equipment or services in federal contracts, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It states that Offerors must not provide or utilize equipment that falls under covered telecommunications definitions if such use constitutes a critical component of their services. The document stipulates that Offerors must complete specific representations concerning the provision of or use of such equipment, offering detailed disclosures if they affirmatively respond to these representations. Key definitions related to telecommunications terms are included, as well as a prohibition against contracting with entities using covered equipment. The Offeror is required to review the System for Award Management (SAM) to ensure compliance and to disclose pertinent information about any covered equipment or services offered. This provision aims to safeguard national security by ensuring that federal contracting does not involve questionable telecommunications technologies.
    The document outlines the provision 52.204-26 related to "Covered Telecommunications Equipment or Services-Representation," which is applicable for federal contracting. It defines "covered telecommunications equipment or services" as well as the term "reasonable inquiry," referencing the specifics provided in clause 52.204-25. As part of the proposal process, Offerors must review the System for Award Management (SAM) to check for any excluded entities related to these telecommunications services. The Offeror is required to represent whether they provide or use covered telecommunications equipment or services in their offerings to the government, including its components and systems. This representation is to be accompanied by a signature from an authorized individual, confirming the findings from a reasonable inquiry. The document emphasizes the importance of compliance with federal regulations regarding telecommunications provisions, intended to safeguard against threats related to certain equipment and services in government contracts. This requirement supports the broader government initiative to ensure procurement integrity and security in federal operations.
    This document serves as an addendum to FAR 52.212-4 regarding the terms and conditions applicable to commercial items in government contracts. It outlines the order of precedence for resolving inconsistencies within contracts, prioritizing the schedule of supplies/services and related compliance clauses. The addendum defines "Commercial Supplier Agreements" as terms offered by vendors, emphasizing that they remain binding for government agencies but not for individual employees. Key contractual stipulations include governing federal law, restrictions on unilateral modifications, and the prohibition of automatic renewal provisions. The addendum also addresses issues like indemnification, audits, and confidentiality, ensuring that government interests are protected. Notably, suppliers must seek prior approval before assigning rights or obligations, and any conflicting terms in supplier agreements default to the government's stipulations. Overall, the document clarifies essential legal obligations and protections surrounding the acquisition of commercial supplies and services by the U.S. Government, ensuring compliance with federal regulations within a structured contractual framework.
    The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, which states the contract terms and conditions necessary for implementing statutes or executive orders for acquiring commercial products and services. It mandates compliance with specific FAR clauses identified by the Contracting Officer, targeting provisions of law related to commercial acquisitions. Key areas include contractor ethics, whistleblower protections, small business set-asides, and various prohibitions against certain software and services linked to foreign entities, thus safeguarding national security and public interest. Clauses related to worker protections, labor standards, and reporting requirements are also emphasized. The section about subcontract flow transfers ensures adherence to standards, especially concerning small businesses and labor regulations. Overall, the document serves to guide contractors in fulfilling legal obligations while participating in federal contracts, reflecting the government's commitment to ethical practices, inclusion, and safeguarding public resources.
    The provision 52.222-52 outlines a certification process for contractual exemptions from the Service Contract Labor Standards (SCLS) for certain services. Offerors must certify specific conditions to demonstrate compliance, including that contract services are regularly offered to non-Governmental customers, priced based on established catalog or market prices, and that service employees will spend less than 20% of their time on government contracts. Furthermore, the same compensation plan must be applied to service employees for both government and commercial customers. If the offeror certifies these conditions, the SCLS may not apply, and relevant clauses will be excluded from contracts. Conversely, failure to execute the certification could lead to award ineligibility. This provision serves to clarify the eligibility criteria for service contractors and streamline compliance with labor standards in government contracts, emphasizing the importance of transparency and fair labor practices in federal contracting activities.
    The document outlines the invoice and payment provisions for contractors working with the federal government, emphasizing the implementation of the Prompt Payment Act and specific requirements for invoicing under various types of orders. Key requirements for invoices include detailed identification of the contractor, compliance with various numbering systems, tax identification numbers, item descriptions, and proof of shipment authorization for shipping costs. Payments are typically due 30 days after a proper invoice is received or goods/services are accepted, with additional stipulations for perishable goods. Interest penalties for late payment are clearly defined, as are accelerated payment procedures for small business subcontractors, ensuring they are paid within 15 days of the contractor receiving payments. The document mandates electronic submission of payment requests via the Department of Treasury's Invoice Processing Platform, enhancing efficiency and transparency in government transactions. Overall, these provisions are designed to ensure prompt and accurate payment processes while supporting regulatory compliance in government contracting activities.
    The HHS Industry User Guide for Subcontracting Plan Reviews serves as a comprehensive resource for vendors required to submit subcontracting plans. Upon notification, vendors access their plans through the SBCX system. The guide outlines essential sections within the review page, including project summaries, subcontracting goals, documentation requirements, and communication options with contracting officers. Steps for completing subcontracting plans include determining plan types, reporting eligible subcontracting dollars, providing necessary goal data, and identifying a subcontracting program administrator. Vendors must describe efforts to include small businesses and certify the compliance of their plans before submission. An evaluation process involves multiple approvers, ensuring thorough review before final approval. It's important to note that clarification on submissions may be requested by the Contracting Officer. Overall, the guide is crucial for understanding the subcontracting plan requirements associated with federal contracts and grants, facilitating participation from small businesses and promoting transparency in the procurement process. It supports compliance with federal regulations and promotes collaboration among various stakeholders in the subcontracting effort.
    The National Institute on Aging (NIA) is seeking proposals for a comprehensive service maintenance and support contract for its Philips MR7700 3T MRI scanner and associated KKT cBoxX 100 chiller, located at Medstar Harbor Hospital in Baltimore, MD. The contract will cover preventive maintenance, routine upgrades, and emergency repairs, ensuring uninterrupted operation of the FDA-certified MRI scanner, which is crucial for clinical trials involving human subjects. The contractor must provide OEM-certified technicians, maintain an adequate stock of replacement parts, and perform regular inspections and troubleshooting. The period of performance is set for five years, with a base year commencing on February 21, 2025, and includes multiple option years. Key responsibilities for the contractor include on-site preventive maintenance, remote monitoring, delivery of certified parts, and submission of detailed service reports. The contractor is required to ensure the confidentiality of sensitive data from clinical studies and must follow strict guidelines regarding data protection. This procurement emphasizes the importance of quick response times and continuous support to meet NIA's operational demands while maintaining compliance with FDA standards. Overall, the document outlines the requirements for keeping critical medical equipment functional and dependable for ongoing clinical research efforts.
    Lifecycle
    Similar Opportunities
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    NIH COGEN Maintenance and Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.