NIA 22-006649

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service Agreement for the Fujifilm Vevo 3100 Ultrasound Machine
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Taryn
Mabe
taryn.mabe@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$22,000,000.00
FPDS Classification Code
J066
Estimated Period of Performance
May 16, 2022-May 15, 2023
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Fujifilm VisualSonics Corporation
Vendor Address
21919 30th Drive SE
Bothell, WA 98021
Single-Sole Source Determination
Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a service and preventative maintenance agreement to Fujifilm VisualSonics Corporation.

The essential characteristics of the service agreement for the Fujifilm VisualSonics Vevo 3100 that limit the availability to a sole source are that this is the manufacturer of this equipment. They are the only company who is qualified to assess and repair it. Only this suggested source can furnish the requirements, to the exclusion of other sources, because that this is the manufacturer of this equipment. They are the only company who is qualified to assess and repair it. The new items are "direct replacement" parts / components for existing equipment.
Background/Description of Requirement

Acquisition Authority:  This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-04 dated January 30, 2022.

The Fujifilm Vevo 3100 Ultrasound Machine is used by multiple groups within the Laboratory of Cardiovascular Services (LCS) in the  National Institute on Aging (NIA) Intramural Research Program (IRP) for hundreds of animals per month. Preventative maintenance is essential to ensure continued operability and allow for data collection.

The Fujifilm Vevo 3100 Ultrasound Machine was purchased in 2016.  This machine is used to evaluate the heart in models of aging and disease.  A service agreement including preventative maintenance is required to ensure its continued operation at optimal performance levels.

Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:

The Contractor shall provide a one year service agreement including:

  • Parts, labor, and travel for all Vevo 3100 products including MX transducers.  

  • A preventative maintenance visit for the one-year coverage period.  

  • Initial response time via telephone or e-mail guaranteed within 24 hours.

  • Telephone and email-based technical and application support provided five (5) days/week, 9am – 5pm EST.  

  • Includes travel and overtime labor, if required.

LEVEL OF EFFORT:

One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis.

GOVERNMENT RESPONSIBILITIES:

The Government will provide access to the equipment and escort the Contractor into the facility to perform services. Work will need to be performed Monday through Friday from 9am to 5pm and excludes Federal holidays.  

The unit is housed at the Biomedical Research Center, 251 Bayview Boulevard, Baltimore, Maryland 21224.

DELIVERY OR DELIVERABLES

Documentation shall be provided by the vendor to show they completed the service on the equipment and left with the NIA POC. The service technician is to present a service ticket that briefly details the work performed to the POC for signature and a copy of the ticket is to be left with the POC.

A detailed written report of any service is to be submitted to the NIA POC within 24 hours of service being performed.

REPORTING REQUIREMENTS

Government will be present with contractor and will confirm machine is operating correctly. A written report of repairs made will be required.

OTHER CONSIDERATIONS

TRAVEL:

N/A – All travel time should be included within the provided service agreement quote.

KEY PERSONNEL:

Key personnel must be original equipment manufacturer (OEM) factory-trained, authorized technicians.

Contract Type:  A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

SUMMARY STATEMENT:

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.”

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS 

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/
 

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation. 

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)] 

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation 

4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation.  

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference: 

52.204-7 System for Award Management (Oct 2018), 

52.204-13 System for Award Management Maintenance (Oct 2018), 

52.204-16 Commercial and Government Entity Code Reporting (Aug 2020), 

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
3. NIH Invoice and Payment Provisions

All responses must be received by May 9, 2022 at 5pm EST and must reference announcement / solicitation number 22-006649. Responses may be submitted electronically to Taryn Mabe (taryn.mabe@nih.gov).  Fax responses will not be accepted.

 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.