Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
SOLICITATION NOTICE

J -- Service Agreement for bioPET/CT Imaging Scanner - Notice of Intent

Notice Date
1/6/2016
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
NCI-N02RC62521-88
 
Archive Date
2/5/2016
 
Point of Contact
Chad M. Shearer, Phone: 2402766801
 
E-Mail Address
chad.shearer@nih.gov
(chad.shearer@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent General Information Short Title: Service Agreement for bioPET/CT Imaging Scanner Document Type: Presolicitation Notice Solicitation Number: NCI- N02RC62521-88 Posted Date: 1/6/2016 Response Date: 1/21/2016 Classification Code: J066 - Maint/Repair/Rebuild of Equipment- Instruments and Laboratory Equipment NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E638, Bethesda, MD 20892, UNITED STATES Description National Cancer Institute (NCI), Center for Cancer Research (CCR), plans to procure on a sole source basis services to maintain a government-owned Bioscan/Trifoil Imaging bioPET/CT Imaging Scanner from Sedecal USA, Inc., 230 Lexington Drive, Buffalo Grove, Illinois 60089-6930. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR 13.106-1(b)(1) and FAR 13.501-(a)(1) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5 million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance is ten months, from 01 February 2016 through 30 November 2016. It has been determined there are no opportunities to acquire green products or services for this procurement. The Center for Cancer Research is the basic and clinical intramural research program of NCI. The mission of CCR is to inform and empower the cancer research community by making breakthrough discoveries in basic and clinical cancer research and by developing them into novel therapeutic interventions for adults and children afflicted with cancer or infected with HIV/AIDS. As part of its pre-clinical research, the Molecular Imaging Program (MIP) houses a small animal bioPET/CT imaging scanner on which radioactive research animals are imaged. This acquisition is to fulfill the need to replace the service contract on that imaging scanner. Contractor shall perform the following: 1. PREVENTIVE MAINTENANCE: Contractor shall perform one preventive maintenance inspections (PMI) during the contract period. Technically qualified factory-trained personnel shall perform service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 2. EMERGENCY SERVICE: Emergency repair service shall be provided during the term of this contract at no additional cost to the government. The service call will be answered within 8 hours after notification. They will troubleshoot the instrument remotely within 10 hours and if necessary, a field engineer will be on site within 72 hours to repair the instrument. Emergency service shall be provided during normal working hours, Monday through Friday, 8am-5pm Madrid time, excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall remotely diagnose the issue and if necessary, send a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs. The contractor shall provide unlimited technical support for trouble-shooting for the instrument, reagents and applications during normal working hours (8am - 5pm EST), except Federal holidays. 3. REPLACEMENT PARTS: The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new or re-manufactured to original equipment specifications. 4. SOFTWARE UPDATES/SERVICE: The contractor shall provide Software Service and updates in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. 5. SERVICE EXCLUSIONS: The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. 6. PERSONNEL QUALIFICATIONS: Technically qualified factory-trained personnel shall perform service to the bioPET/CT Imaging Scanner located in building 10, room B3B403A as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00 PM EST, on January 21, 2016. All responses and questions must be in writing and faxed 240-276-5401or emailed to Chad Shearer, Contract Specialist, via electronic mail at chad.shearer@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration and the Online Representations and Certifications Applications through the System for Awards Management website (sam.gov). Reference: NCI- N02RC62521-88 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-N02RC62521-88/listing.html)
 
Place of Performance
Address: NIH, NCI, 10 Center Drive, Bldg 10, Rm B3B69, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03984202-W 20160108/160106234636-a5e9242ccc188bd4af01c9519a7a0083 (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.