Skip to main content

An official website of the United States government

You have 2 new alerts

Maintenance Service Agreement for CANON Aplio I800 Ultrasound System

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Dec 07, 2022 04:35 pm EST
  • Original Response Date: Dec 13, 2022 09:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:

Description

SOLICITATION NUMBER:

75N95023001085

TITLE:

Maintenance Service Agreement for CANON Aplio I800 Ultrasound System

CLASSIFICATION CODE:

J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT-INSTRUMENTS AND LABORATORY EQUIPMENT

NAICS CODE:

811210 - Electronic and Precision Equipment Repair and Maintenance

RESPONSE DATE:

12/13/2022

PRIMARY POINT OF CONTACT:

Shivani Patel, Contracts Specialist

NINDS Contracts Management Branch, NIDA

Shivani.patel@nih.gov

DESCRIPTION:

THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS.  THIS IS NOT A REQUEST FOR QUOTE/PROPOSALS.

The purpose of the acquisition is to purchase Maintenance Service Agreement for CANON Aplio I800 Ultrasound System to ensure continuity of science in the EMG Section. Requirement is of a sole source nature. The Electromyography (EMG Section) Office of the Clinical Director, National Institutes of Health (NIH), National Institute of Neurological Diseases and Stroke (NINDS) require purchase of the Maintenance Service Agreement for CANON Aplio I800 Ultrasound System. The Aplio I800 Ultrasound System is a technological advanced device that requires routine maintenance and upkeep.  This requirement is for a 12-month Base period with 4 option years, which NIH intends to award on a sole-source basis to CANON Medical Systems USA, Inc.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS

The intended procurement is classified under NAICS code 811210 with a Size Standard of $30M.

This acquisition is NOT set aside for small businesses.

REGULATORY AUTHORITY

The resultant contract will include all applicable provisions and clauses of the Federal acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2022-08, dated 9/26/2022.

BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT

The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease.  It needs to maintain a state-of-the-art EMG lab to provide the NIH researchers with neurodiagnostic services in keeping with today’s technology.  These services provide vital information about the peripheral nervous system and muscles for both diagnostic purposes and for use in clinical trials.  The EMG Section provides neurodiagnostic services as well as provide clinical trial monitoring to NINDS and the NIH Clinical Center. 

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The CANON Aplio I800 Ultrasound System has been purchased in 2020, PO #: 75N95020P00678 with a 12-month warranty. Currently system is not supported by any Maintenance Service Agreement. The CANON Aplio I800 Ultrasound System is located in the EMG Lab in the NIH Clinical Center.  The system is used on a daily basis for clinical and research purposes in the EMG Lab.  It’s use serves the mission of NIH by conducting and supporting clinical research that seeks the causes, diagnosis, prevention, and cure of human diseases. This very intricate and highly valuable equipment can only be maintained, serviced or repaired by the original equipment manufacturer

Switching to another higher-level maintenance service provider from another vendor would require a substantial amount of time, resources and experience and is therefore not a suitable alternative. As there is no viable alternative EMG lab service provider at this time, and only one authorized provider, the Government intends to issue an award on a sole-source basis to the following contractor:

CANON MEDICAL SYSTEMS USA, INC.

SERVICE CONTRACTS ADMINISTRATION

Attn: Julie Spaulding

2441 Michelle Drive

Tustin, CA 92780

E-mail: ServiceNorthCentralZone@us.medical.canon

Phone: 714-669-4138 Fax: 714-832-5893

Contract Type:

A firm-fixed price type contract with four (4) option periods is planned for this acquisition, consistent with commercial practices.

CLOSING STATEMENT

THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

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 provide evidence that they can provide equipment that meets all of the requirements in this announcement.

All responses must be received by 12/13/2022 by 9:00 AM EST and must reference the solicitation number, 75N95023001085. Responses must be submitted electronically to Shivani Patel, Contracts Specialist, Contracts Management Branch – Red, NINDS Section, NIDA, at Shivani.patel@nih.gov.  U.S. Mail and Fax responses will not be accepted.

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

  • Dec 28, 2022 11:56 pm ESTPresolicitation (Original)