Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
SOURCES SOUGHT

J -- MoFlo Astrios Flow Cytometer Cell Sorter Maintenance Support

Notice Date
11/16/2015
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-16-028
 
Archive Date
12/8/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) Flow Cytometry Core Facility (FCCF) provides routine use of fluorescence-activated cell sorting (FACS) technology in assaying a multitude of biological properties at the molecular, subcellular and cellular levels, as specified by NINDS and other NIH intramural investigators. To this end, the NINDS FCCF owns flow cytometry equipment requiring maintenance services to ensure full operational performance to protect the standardization of research data. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure maintenance support services for the Beckman Coulter MoFlo Astrios Flow Cytometer Cell Sorter owned by the NINDS Flow Cytometry Core Facility. Maintenance support services shall ensure this critical equipment remains capable of full performance. Project Requirements: The contractor shall provide the NINDS FCCF with the following maintenance support services: 1.The contractor shall provide all labor and replacement parts to maintain complete operation of MoFlo Astrios Flow Cytometer Cell Sorter (Serial #AT26014). a.The contractor shall perform one Preventive Maintenance Inspection per twelve month award period. Preventive Maintenance shall be performed by Beckamn Coulter Life Sciences certified service technicians to ensure equipment standardization and associated continuity of science b.The contractor shall provide maintenance support services to include installation of hardware upgrades, calibration of the flow cytometer cell sorter, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. c.The contractor shall furnish all MoFlo Astrios, Flow Cytometer Cell Sorter certified replacement parts required for maintenance support. Parts must be authorized OEM (Beckman Coulter Life Sciences) new or manufacturer rebuilt and certified to OEM specifications d.The contractor shall provide software updates per any revisions made to MoFloTMAstrios, Flow Cytometer Cell Sorter software during the award period of performance e.The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. f.The contractor shall provide initial assessment of repair needs and any service that can be performed in-house on-site at the NIH campus. The contractor shall provide maintenance support services Monday through Friday, excluding Federal Holidays. Anticipated Contract Type: The Government anticipates award of one (1) firm fixed price commercial item (FAR Part 12) purchase order within the Simplified Acquisition (FAR Part 13) threshold in reference to this requirement. Anticipated Period of Performance: The period of performance shall be February 23, 2016 through February 22, 2017 with one (1) one-year option period. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment maintenance support using original equipment manufacturer technicians and software updates, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price commercial items purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-028/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03947332-W 20151118/151116234948-704d8e9c3065065330381ac1c388be24 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.