SOURCES SOUGHT
J -- Preventative Maintenance for Artis Zee Biplane X-Ray System and Various Syngo MM Workplaces
- Notice Date
- 10/29/2012
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- 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-SS-CSB-HL-2013-21-RRJ
- Archive Date
- 11/6/2012
- Point of Contact
- Robin Jeffries, Phone: 3014350376
- E-Mail Address
-
robin.jeffries@nih.gov
(robin.jeffries@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Heart, Lung, and Blood Institute (NHLBI) is seeking sources for the preventative maintenance for an Artis Zwee bi-plane x-ray system and various Syngo MM workplaces. 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 FedBizOps 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 Industry Classification System (NAICS) code 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing with a size standard of 500 employees. Based on the responses received from this SOURCES SOUGHT announcement, the NHLBI may conduct a competitive procurement and subsequently award a single contract with a base year and four one-year option periods. All eligible companies responding to this SS Announcement must have the capabilities to provide the below services upon receipt of contract. NOTE: if the SS results into a small business set aside solicitation, in accordance with Federal Acquisition Regulation (FAR) Clause 52.219-14, Limitations on Subcontracting, the prime contractor agrees that in performance of the contract in the case of a contract for services, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. STATEMENT OF WORK: Background Information The Cardiovascular-Pulmonary Branch (CPB), National Heart, Lung, and Blood Institute (NHLBI) has taken a leading role in developing advanced cardiac imaging methods and minimally invasive interventional procedures. This work has included some of the first XFM-guided (X-ray Fused with MRI) and wholly real-time MRI guided vascular interventional procedures in humans, as well as preclinical development of a novel treatment for ischemic mitral valve regurgitation. The CPB is staffed by a large team of physiologists, engineers, physicists, and physicians spanning a wide range of interests ranging from subcellular metabolism to human diagnostic imaging and catheter-based interventions. The Siemens Biplane X-ray is necessary for treatment of structural heart disease, of congenital heart disease, and for sparing iodinated radio contrast in sick patients at the NIH Clinical Center. All accompanying Siemens equipment needs to be maintained and serviced at the highest level of service to make sure patients will not suffer from malfunctioning equipment. Purpose and Objectives for the Procurement The objective of this procurement is to provide on-site maintenance of Siemens Medical Solutions USA, Inc. equipment to the Cardiovascular-Pulmonary Branch. Siemens equipment is proprietary, and any technician must be certified by Siemens, as they are the only company that can provide the parts which may be needed for replacement of worn/damaged components. The NHLBI DIR Cardiovasuclar-Pulmonary Branch is currently equipped with the below pieces of Siemens equipment. Description, Serial Number, Location, Siemens Functional Location Artis Zee biplane X-ray System including workstation, UPS, Medrad power, 153963 Building 10/2c713, 400-368269 SENSIS Hemodynamics Systems #1, 21363, Building 10/2c609, 400-362861 SENSIS Hemodynamics Systems #2, 6625 Building 10/2c713, 400-204776 AXIOM Artis FC, 10284, Building 10 /2c713, 400-127789 Acuson P50, Building 10/2C713, 400-354397 AVANTO Chiller KCC215 (OEM KKT Kraus) Building 10/ B1D82A 400-190406 Syngo MM Workplace 1339 Building 10/2c713 400-310600 Syngo MM Workplace Building 10/BID416 400-311477 Syngo MM Workplace Building 10/BID416 400-310605 Syngo MM Workplace Building 10/BID416 400-310608 Syngo MM Workplace Building 10/BID416 400-310607 Syngo MM Workplace Building 10/BID416 400-310606 Syngo MM Workplace Building 10/BID416 400-310603 Syngo MM Workplace Building 10/BID416 400-3110602 Contractor Requirements Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services (except as otherwise specified herein) to perform the work set forth below. The Contractor shall confirm or demonstrate the operations of the equipment according to the performance specifications. These services include full coverage, maintenance and repair inclusive of all service parts and labor. This shall include the following: 1) On-Call 24/7 Emergency Maintenance: The Contractor shall provide all labor, supervision, materials, and equipment, for emergency repair and preventive maintenance for the equipment listed in the table above. Pricing includes 24/7 repair and all labor, equipment, tools, travel, supervision, training, spare parts, and services necessary except those items specified by the Government. 2) Unscheduled Maintenance: The Contractor shall provide all labor, supervision, materials, and equipment, for unscheduled repair and maintenance for the equipment listed in the table above. Pricing includes unscheduled repair and maintenance for all labor, equipment, tools, travel, supervision, training, spare parts, and services necessary except those items specified by the Government. 3) Preventive Maintenance: The Contractor shall provide all labor, supervision, materials, and equipment, for preventive maintenance for the equipment listed in the table above. Pricing includes semi-annual preventative maintenance for all labor, equipment, tools, travel, supervision, training, spare parts. 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. To demonstrate experience in providing the above services, please provide information regarding three Federal Government contracts for the same or similar services (include a description of services provided; period of performance; and value of each contract); 4. Provide proof of authorization by Siemens to perform work on Siemens equipment; and 5. 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 Robin Jeffries, Contract Specialist, at robin.jeffries@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by October 5, 2012, at 3:00 P.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-SS-CSB-HL-2013-21-RRJ/listing.html)
- Place of Performance
- Address: 6701 Rockledge Drive, Room 6135, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02921082-W 20121031/121029233905-e9247be2adc933311e294b683601586b (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 |