SOURCES SOUGHT
J -- Maintenance for Gatan Equipment
- Notice Date
- 2/15/2012
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-(AR)-2012-075-CRS
- Archive Date
- 3/7/2012
- Point of Contact
- Caitlin Savina,
- E-Mail Address
-
savinacr@nhlbi.nih.gov
(savinacr@nhlbi.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- ANNOUNCEMENT NUMBER : NHLBI-CSB-(AR)-2012-075-CRS POST DATE : February 15, 2012 CLOSING DATE : February 21, 2012 PROPOSED AWARD DATE : March 2, 2012 Title : Maintenance for Gatan Equipment Project Title or General Description: The National Heart, Lung, and Blood Institute (NHLBI) on behalf of the National Arthritis and Musculoskeletal and Skin Diseases Institute (NIAMS), Laboratory of Structural Biology Research (LSBR), is seeking sources to provide maintenance for the Gatan equipment listed below. Since its inception, the LSBR has specialized in detailed structural analysis of macromolecules, macromolecular complexes, and subcellular structures by computer-enhanced election microscopy. The goal of these studies is to elucidate structure-function relationships at the molecular level with particular emphasis on (but not restricted to) systems that bear directly on the mission of NIAMS. This SOURCES SOUGHT (SS) is being issued to help determine the availability of qualified companies technically capable of meeting the Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this SS. The Government will NOT be responsible for any costs incurred by interested parties in responding to this SS. This FedBizOpps SS is strictly for market research purposes only. As a result of this SS, the Government may issue a RFQ, however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the SS. The North American Classification System (NAICS) code applicable to this requirement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and the associated small business size standard is $7.0 Million. Based on the responses received from this SOURCES SOUGHT announcement, the NHLBI may conduct a competitive procurement. All eligible companies responding to this SS Announcement must have the capabilities to provide the below services upon receipt of contract. STATEMENT OF WORK: The Laboratory of Structural Biology Research (LSBR) has performed ground-breaking studies on cytoskeletal filaments, virus particles and antigens, and complex enzymes among other important biomedical specimens. Cryo-electron microscopy- the technique of visualizing organic specimens suspended in vitreous ice- was introduced in the 1980's and has revolutionized what is achievable. The LSBR has been to the force in these advances and in 1997 accomplished the landmark result of extending the resolution on isolated complexes below the 10A limit for the first time. The results achieved depend both on the quality of the primary data (electron microscope images) and the scope of the computer analysis. As for the former, keeping the LSBR's instruments operational and maintaining them in peak performing condition are essential to LSBR's work. Specifically, in order to keep the LSBR's electron microscope CCD cameras and imaging filters operational and maintain them in peak performing condition, a maintenance contract that covers repair and routine maintenance is required. Contractor Requirements: Service Provided: Scheduled Preventative Maintenance: A minimum of one scheduled preventative maintenance visit for each covered instrument shall be provided during the term of the annual contract. During the course of scheduled visits, ordinary repairs and adjustments arising from usage of the equipment shall be made to promote long-term performance and reliability, and to ensure that the instrument is operating within specifications. The contractor shall perform a compliance review of the equipment and shall clean, align and calibrate the equipment, as necessary for the full functioning of the equipment. These visits shall be scheduled for mutually agreed upon dates and times. If both parties do not agree upon dates and times, the Government will designate a date and time. Unscheduled Maintenance: In addition to scheduled preventative maintenance visits, the Government may place corrective unscheduled maintenance (repair) service calls to the contractor, at no additional cost, in the event of equipment failures requiring immediate repair. The contractor shall respond to unscheduled maintenance calls within one working day of being notified of the need for repair by the Government. The Government shall have priority over service required by non-contract-holding customers for unscheduled field and factory service. For unscheduled maintenance, the contractor shall provide the following number of minimum site visits, listed below by instrument, each contract year: Gatan Model 794 MultiScan CCD, 2 visits Gatan Model 895 UltraScan 4000 CCD, 3 visits Gatan Model 894 UltraScan 1000 CCD, 3 visits Gatan Model 850 GIF 2002 Imaging Filter, 5 visits A visit of consecutive days on site will constitute one visit. Telephone Support: The contractor shall provide unlimited telephone support for the equipment during NIH working hours (8:00am-5:00pm), excluding federal holidays. Telephone support shall include response to questions about operating practices, applications use and service issues that can be diagnosed and resolved over the telephone. Replacement Parts: The contractor shall make reasonable commercial efforts to secure necessary replacement parts and components to perform the service obligations required herein. The contractor shall ship parts within twenty-four hours after identifying the need for a replacement part for the equipment, subject to availability. The contractor shall obtain replacement parts from the original equipment manufacturer in order to maintain the high quality and performance of the instruments. All parts, except consumables, will be replaced free-of-charge. Software Upgrades: The contractor will supply free upgrades (revisions) to the original equipment manufacturer software products, core control software, and "plug-ins" required to operate the instruments. If additional hardware or upgrades to existing hardware are required to utilize these software upgrades, the Government will be able to purchase the necessary original equipment manufacturer products through the contractor. Field Service Engineers: Fully trained and certified service engineers will conduct all of the service on the instruments. Service engineers must have extensive training on maintaining and repairing these instruments from the original equipment manufacturer and that training must be kept current. A letter from the manufacturer must be provided authorizing service engineers to provide maintenance and to sell replacements parts. Maintenance Contract and Coverage: The maintenance contract shall include all labor, travel, living expenses and parts coverage (including system software and/or software upgrades applicable to the Government's current instrumentation configuration). Coverage includes all parts of the equipment except consumables. Service availability is Monday through Friday, during normal Government business hours (8:00 am -5:00 pm), excluding federal holidays. Requesting Service: Vendor shall supply a telephone number to their customer service center for use in requesting contractor service or advice regarding equipment. Compliance with Rules: The contractor shall comply with all NIH rules and regulations regarding safety and security. The NIH Project Officer will make a copy of NIH rules and regulations available upon request by the contractor. The contractor shall conform to applicable Federal and Maryland state laws. Warranty: The contractor warrants the covered instruments, accessories, and components as described above. In the event that contact is not to renewed or extended, a minimum of a 30-day labor, 90-day parts warranty shall apply to repairs performed during the last 90 days of the contract. Companies that can perform the requirements above are requested to submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, data, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the task (s) as described above. The capability statement shall include the following: 1. Name and identify your size and type of business (i.e. Large Business; Small Business; Small Disadvantaged Businesses (SDB); Woman-owned Small Businesses (WOSB); Historically Underutilized Business Zone (HUBZone); Veteran-Owned Small Businesses (VOSB); and Service-Disabled Veteran-owned Small Businesses (SDVOSB]; 2. If subcontractors will be utilized, the name of company(ies), and a point of contact for the company (name, phone number, fax number and email address); 3. Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Disclaimer and Important Notes : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Caitlin Savina, Contract Specialist, at caitlin.savina@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by February 21, 2012, at 8:00 A.M., EST. All responses must be received by the specified due date and time in order to be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(AR)-2012-075-CRS/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02676138-W 20120217/120215234735-ee3c3441e5c523052dd5e3a8a6ed7b51 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |