NIH-NINDS-21-007855- Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Procuring 2 MRI Compatible Stretchers
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Briana
Oates
briana.oates@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1,000 employees
FPDS Classification Code
N/A
Estimated Period of Performance
N/A
Delivery of Goods
10 Center Drive, Building 10/Room# B1D69 Bethesda MD, 20892
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Newmatic Medical
Address
6850 Southbelt Drive
Caledonia MI. 49316-7680
Single-Sole Source Determination
We are requesting to purchase the NMR Stretchers exclusively to Newmatical Medical.
After researching for several weeks for a stretcher Newmatic Medical is the ONLY
vendor that has a stretcher that is compatible to 3T and 7T magnets and, has the
capability to completely get lowered to the ground. This stretcher also meets the needs
of the NIH Clinical Center Anesthesia Department and Code Teams needs when they
have compromised pediatric cases in the NMR Center. Also, they are the only vendor
that has a stretcher that is compatible to 3T and 7T magnets and, has the capability to
completely get lowered to the ground.
Background/Description of Requirement

NMRF owns and operates a Magnetom Terra 7T Magnetic Resonance Imaging (MRI) scanner and needs a stretcher compatible with this magnet strength. We will be moving pediatric patients multiple times to and from the scanner table to this stretcher and need this stretcher to meet all of our needs. We need the stretcher to be able to hold all of the MRI compatible equipment (physiological, iv drips, etc) and also be compatible up to the 7T scanner. The second stretcher will be used specifically for the LFMI’s 11.7T scanner.

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.