NIH-NINDS-21-003127- Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Maintenance Renewal for a Philips MRI Scanner
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Briana
Oates
briana.oates@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$20.5 million dollars
FPDS Classification Code
N/A
Estimated Period of Performance
January 1, 2021 to February 15, 2021.
Delivery of Goods
N/A
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Philips Healthcare
Address
22100 Bothell Everett Highway
P. O. Box 3003
Bothell, WA 98041
Single-Sole Source Determination
Philips Healthcare is the manufacturer of the NIH/NINDS owned Philips 3T MRI scanner located at MedStar Washington Hospital Center. Philips Healthcare has proprietary software, hardware and diagnostic tools on this scanner that can only be accessed and serviced by Philips Healthcare. No other vendor would be allowed to access these proprietary items or would be able to order the hardware required to repair the scanner. In addition, only Philips Healthcare is allowed to remotely monitor the Philips 3T scanner to perform diagnostics on the scanner. Thus no other vendor would be able to continuously monitor the scanner to keep it in peak operating status as required in the Statement of Work.
Background/Description of Requirement

The NIH/NINDS owns a Philips 3T MRI scanner at MedStar Washington Hospital Center. It is essential to this mission as the MRI scanner is the primary diagnostic tool used by the physicians to accurately diagnose patients with suspected stroke and traumatic brain injury. The scanner is used by NIH/NINDS Stroke Team to evaluate more than 600 patients per year. The service maintenance contract is critical to maintaining the machine in the proper working order so that it is always operational for the evaluation of patients. 

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.