OPM Optimized Magnetically Shielded Room (MSR) Brand name or Equal

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159072456664504
Posted Date: Sep 12, 2023
Due Date: Sep 15, 2023
Solicitation No: NIMH-23-004467-CSS
Source: Members Only
Follow
OPM Optimized Magnetically Shielded Room (MSR) Brand name or Equal
Active
Contract Opportunity
Notice ID
NIMH-23-004467-CSS
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 12, 2023 01:42 pm EDT
  • Original Published Date: Sep 11, 2023 10:22 am EDT
  • Updated Date Offers Due: Sep 15, 2023 03:00 pm EDT
  • Original Date Offers Due: Sep 13, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Rockville , MD 20852
    USA
Description View Changes

COMPETITIVE



COMBINED SYNOPSIS / SOLICITATION

Amendment 1



Title: OPM Optimized Magnetically Shielded Room (MSR)



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





The solicitation number is NIMH23004467 and the solicitation is issued as a request for quotation (RFQ).





This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-05, with effective date Aug 15, 2023.



The associated NAICS code is 334516 – Analytical Laboratory Instrument Manufacturing and the small business size standard is 1000 employees. This requirement is full and open with no set-aside restrictions.



The purpose of this requirement is to purchase the MuRoom Optimized Compact including components.



Product Description.




  • 1x MuRoom OPM Optimised Compact, including the following:

  • 1x Installation OPM Optimised Compact

  • 1x MuRoom degaussing coils (integrated) and supporting equipment (electronics cabinet, National Instruments digital acquisition unit (DAC), oscilloscope, software and license, etc.)

  • 1x cCoil: Active shielding for OPM Compact (integrated) and supporting equipment (electronics cabinet, National Instruments digital acquisition unit (DAC), voltage stabilization drivers, cabling, control computer, reference sensor assembly, software and license, etc.)

  • The MuRoom carries a one-year warranty for all parts and labor, and the operating software is licensed for a period of one year.



Salient characteristics include the following.



The magnetically shielded room (MSR) should:




  • Have a field of
  • Ideally possess a shielding factor of 3500 for DC; 100 for 0.01Hz; 300 for 0.1Hz; 2,000 for 1Hz; 5,000 for 10Hz; and 5,000 for 100 Hz.

  • Size: 1.3 x 1.3 x 2.0 meters

  • Wall thickness: 180 mm

  • Allow for customization of MSR (e.g., configuration of door and/or exterior ports) in order to fit the intended lab space).

  • Construction: Modular

  • Door type: mechanical closure, swing door

  • Have degaussing coils which:

    • Should be integrated into the MSR.

    • Will enable the end user to decrease any remaining magnetic field that will affect OPM measurement.

    • Includes a degaussing software.



  • Have active field compensation coils which:

    • Should be integrated into the MSR

    • With active field compensation, the room should have an internal field of
    • Reduces the residual magnetic field and first order gradients within the MSR.

    • Includes a software license.





Data Rights: The Government shall have unlimited rights to, and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and other deliverables. (FAR Clause 52.227-17 Rights in Data- Special Works).



(vii). The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 12 months from the date of award.






  1. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far



https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.htm



(End of Provision)





The following provisions apply to this acquisition and are incorporated by reference:




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

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

  • FAR 52.211-6, Brand Name or Equal (Aug 1999)

  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021)

  • FAR 52.225-4, Buy American-Free Trade Agreements-Israel trade Act Certificate (Feb 2021). Alternate II (Feb 2021) to 52.225-4.-

  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)





The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far



https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of Clause)





The following clauses apply to this acquisition and are incorporated by reference:




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

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021).

  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility

  • (December 2015)





The following provisions and clauses apply to this acquisition and are attached in full text:




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022)

  • Invoice and Payment Provisions/Instructions for Submitting Electronic Invoices via Email





(ix) (a). 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:




  1. Technical capability of the item offered to meet the Government requirement:

  2. Price; and

  3. Past performance [see FAR 13.106-2(b)(3)].





Technical and past performance, when combined, are significantly more important than price.





(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.



Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.



Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.



The Unique Entity ID from SAM.gov, 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



All quotations must be received by 3:00 P.M. Eastern, on September 15, 2023, and reference Solicitation Number NIMH23004467. Responses must be submitted electronically to Kyle Miller, Contract Specialist, at kyle.miller2@nih.gov, and Christine Frate, Contract Officer, at Christine.frate@nih.gov.



Fax responses will not be accepted.



The name and telephone number of the individual to contact for information regarding this solicitation: Kyle Miller, Contract Specialist, at kyle.miller2@nih.gov and Christine Frate, Contract Officer, at Christine.frate@nih.gov.

Attachments

1. Purchase Description;

2. Technical Evaluation Criteria;

3. FAR 52.204-24 (Nov 2021);

4. FAR 52.204-26 (Oct 2020)

5. FAR 52.212-3 (Dec 2022)

6. FAR 52.212-5 (Jun 2023)

7. IPP Invoice Instructions


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Sep 11, 2023[Combined Synopsis/Solicitation (Original)] OPM Optimized Magnetically Shielded Room (MSR) Brand name or Equal

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >