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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 2:00 PM UTC
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
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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.
Jan 17, 2025, 3:05 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
Preventive Maintenance Services For One Illumina Microarray Scanner (iScan/RoMa) and Two Illumina Sequencers (NextSeq 550Dx)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) and the National Cancer Institute (NCI), is seeking to procure sole-source preventive maintenance services for one Illumina Microarray Scanner (iScan/RoMa) and two Illumina Sequencers (NextSeq 550Dx) from Illumina, Inc. The procurement aims to ensure that these critical instruments, used for high-throughput diagnostic assays essential for patient care and clinical trials, are maintained according to the manufacturer's specifications to guarantee data accuracy and system reliability. This maintenance is vital for the integrity of ongoing clinical research and compliance with clinical laboratory standards, as any instrument failure could jeopardize patient safety. Interested parties, particularly small businesses, may submit capability statements by April 2, 2025, to Contract Specialist David Romley at David.Romley@nih.gov, with the contract period expected to run from July 1, 2025, to June 30, 2026.
SOURCES SOUGHT: Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance and repair services for a Microlab VANTAGE 1.3 Automated Liquid Handling System utilized by the National Institute on Aging (NIA) for neurodegenerative disease research. The procurement aims to ensure the system's continuous operation through preventative maintenance, repairs, and software updates, with a contract period spanning from June 17, 2025, to June 16, 2029, including options for extensions. This specialized maintenance support is critical for facilitating ongoing research efforts in Alzheimer's and related dementias, adhering to federal regulations and performance standards. Interested parties must submit their capability statements to Rashiid Cummins at rashiid.cummins@nih.gov by April 8, 2025, at 9:00 am Eastern Time.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
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.
Preventive Maintenance Service for One Sony MA900 Cell Sorter
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and the National Cancer Institute (NCI), is seeking to procure preventive maintenance services for a Sony MA900 Cell Sorter from Sony Biotechnology Inc. This sole-source contract will ensure that the critical maintenance services required for this essential laboratory equipment are performed by OEM-trained technicians, who have exclusive access to proprietary parts and software necessary for its operation. The Sony MA900 cell sorter is integral to ongoing cancer research at the Center for Immuno-Oncology, and timely maintenance is vital for maintaining operational efficiency in clinical trials. Interested parties, particularly small businesses that believe they can meet the requirements, may submit proposals by April 2, 2025, to Contract Specialist David Romley at David.Romley@nih.gov, referencing solicitation number 75N91025Q00034.
Notice of Intent to Sole Source – Philips Healthcare
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Philips Healthcare for modifications to the Carestream Picture Archive and Communication System (PACS) at the NIH Clinical Center's Department of Radiology. The objective of this procurement is to create an ORU interface for the Valor system, which is critical for daily operations and patient care within the radiology department. Philips Healthcare is uniquely qualified to perform these modifications as they are the original vendor of the PACS and Radiology Information System, ensuring familiarity with the systems' internal operations. Interested parties may express their capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov by April 3, 2025, at 11 AM EST, although the government retains discretion over the decision not to compete this requirement.
75N93025R00013 - Medical Residents for NIH's Clinical Center
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, structured as a Multiple Award Indefinite Quantity contract, aims to enhance clinical care for adult and pediatric inpatients involved in NIH research, requiring contractors to supply up to four postgraduate medical residents daily for a minimum of 80 hours per week. Proposals must be submitted by April 14, 2025, with a total funding range between $2,000 and $7,500,000 over the performance period from May 31, 2025, to May 30, 2030. Interested parties should direct inquiries to Sevag Kasparian or Maya Joseph via their provided emails for further clarification on the solicitation documents.
SOURCES SOUGHT: Maintenance and Repair Service for Tecan Robotic Manipulator Arm (RoMa)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance and repair services for a Tecan Robotic Manipulator Arm (RoMa) used by the National Institute on Aging (NIA). The objective is to ensure the continued functionality of this critical laboratory equipment, which supports ongoing genotyping research, through comprehensive maintenance support, including preventative maintenance, software upgrades, and technician training. Interested companies must submit a capability statement detailing their qualifications, including employee count and relevant experience, by April 7, 2025, at 11 AM Eastern Time, to Hashim Dasti at hashim.dasti@nih.gov. This opportunity is not a solicitation for proposals but a means to gauge the availability of qualified small business sources.
Preventative Maintenance Agreement
Buyer not available
Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
Extended Warranty and Technical Support for BBI-piPET-314-13
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking to award a sole source contract to Brain Biosciences, Inc. for extended warranty and technical support services for the BBI-piPET-314-13 primate PET scanner. The primary objective of this procurement is to ensure the continued high-quality imaging performance of the scanner, which is vital for conducting research on substance use disorders (SUD). This contract will include annual preventative maintenance, software updates, diagnostic services, and emergency repairs, all aimed at supporting critical research initiatives. Interested parties may submit their capabilities and proposals to Shaun Rostad at shaun.rostad@nih.gov, with responses due by the specified deadline, as this opportunity is set aside for small businesses under NAICS code 811210.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) Portsmouth and other Military Treatment Facilities (MTFs). The contract, identified by RFQ number HT940625Q0010, includes specific medical supplies such as brake levers, power boxes, detector side covers, sensor cables, and monitors, which are critical for maintaining operational efficiency in medical environments. Proposals must be submitted by April 3, 2025, at 5:00 PM, and should include all costs, with delivery expected by May 30, 2025, to the NAV MED Center in Portsmouth, Virginia. Interested vendors can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details.