SOURCES SOUGHT
J -- Silver Service Contract for Illumina HiSeq2000 Scanners
- Notice Date
- 10/25/2013
- 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
- HHS-NIH-NHLBI-CSB-(HG)-2014-007-DLM
- Archive Date
- 11/14/2013
- Point of Contact
- Dorothy Maxwell, Phone: 301-435-0352
- E-Mail Address
-
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice." The purpose of this SS is to identify businesses that can provide a Service Contract for HiSeq2000, Silver Type (Brand Name: Illumina, Inc.) The NHLBI is seeking capability statements from all eligible businesses, under the North American Industry Classification System (NAICS) code: 811219, Other Electronic and Precision Equipment Repair and Maintenance, Small Business Size Standard is $19.0M. Procurement : 1. Silver Service Contract, Equipment: HiSeq2000, Serial Number: 7001365, Part Number: SV-401-1003, Quantity: Four (4) Scanners. (Brand Name: Illumina) A. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) are a part of the National Institutes of Health (NIH), the world's premier biomedical research agency. NIAMS supports research into the causes, treatment, and prevention of arthritis and musculoskeletal and skin diseases; the training of basic and clinical scientists to carry out this research; and the dissemination of information on research progress in these diseases. B. Purpose and Objectives: National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS), Laboratory of Muscle Stem Cells and Gene Regulation study the cellular and molecular mechanisms subtending specification, differentiation, and regeneration of skeletal muscle cells. We pursue these studies by combining cellular and molecular biological approaches, genomic and proteomic-based systems-biology, bioinformatics, and animal models. Specific areas of interest include: Transcriptional Regulation of Skeletal Muscle Differentiation; Regulatory Circuitry in Skeletal Muscle Cells; Regeneration of Adult Skeletal Muscle; and Metabolic Role of Skeletal Muscle. The ultimate goal of NIAMS research studies is to provide a conceptual and practical framework contributing to the diagnosis and treatment of human diseases affecting skeletal muscles. C. Contractor Requirements: 1. The Contractor shall provide service and maintenance of the Instrument, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts and labor. 2. The Contractor shall provide On-Site response within 3 business days. 3. The Contractor shall be available for Critical and non-critical updates which may be required in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. 4. The Contractor shall provide full coverage of labor and necessary warranted parts D. Government Responsibilities: 1. The Government will keep the Equipment at all times in the environmental conditions recommended by the manufacturer. And, protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor's representatives or the Customer's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the Equipment. 4. The Government will understand that the Agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. The Government will adhere to normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. E. Anticipated Period of Performance Upon Award: Base: 12 Months upon Award (2013-2014) Option Year Period One (1): 12 Months (2014-2015) F. Capability Statement /Information: Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement: 1. A general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. 2. Information in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3. The respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the North American Industry Classification System (NAICS) code: 811219, Other Electronic and Precision Equipment Repair and Maintenance, Small Business Size Standard is $19.0M. 4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. 5. The capability statement shall not exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. G. Closing Statement: The capability statement should be submitted electronically (via email) to Dorothy Maxwell, Contract Specialist, at maxwelld@mail.nih.gov, on or below October 30, 2013, 7:30 AM, EST. All responses must be received by the specified due date and time in order to be considered. This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. "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. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2014-007-DLM/listing.html)
- Place of Performance
- Address: NIH, 50 South Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03222413-W 20131027/131025233816-26e0e9fa4c2d29d603b2c592e407f1c5 (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 |