SOLICITATION NOTICE
J -- Carl Zeiss Maintenance agreement
- Notice Date
- 10/20/2016
- 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
- N02CO72501-78
- Archive Date
- 11/18/2016
- Point of Contact
- Francisco Mendoza, Phone: 2402765668, Catherine Muir, Phone: (301) 435-3779
- E-Mail Address
-
francisco.mendoza@nih.gov, muirca@mail.nih.gov
(francisco.mendoza@nih.gov, muirca@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information Short Title: Carl Zeiss Maintenance agreement. Document Type: Presolicitation Notice Solicitation Number: N02CO72501-78 Posted Date: 10/20/2016 Response Date: 11/03/2016 9:00 AM ET Classification Code: J066 NAICS Code: 811219 Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Rockville, MD 20850, UNITED STATES Description National Cancer Institute (NCI), Center for Cancer Research (CCR), Confocal Core Facilities, plan to procure on a sole source basis, maintenance services for 22 pieces of Government-owned equipment, from Carls Zeiss Microscopy, LLC, One Zeiss Drive, Thornwood, New York 10594. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(2), and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 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 for a base period of twelve months and an optional twelve-month period. It has been determined there are no opportunities to acquire green products or services for this procurement. The CCR Confocal Core Facilities have a need for a service contract to maintain their equipment used for epifluorescent and confocal microscopy analysis of a wide range of biological specimens. The CCR Confocal Core Facilities provide over 800 users with "state-of-the-art" microscopic imaging for a wide range of applications. A service contract is required for both hardware and software support to maintain maximum user time on the systems and minimal downtime for repairs and/or training on the systems. This is a necessity as any instrument downtime has the potential to affect the work of hundreds of NCI researchers. The NCI currently has twenty-two Zeiss systems that need to be covered by a service contract SCOPE: Contractor shall provide all labor, materials and equipment to provide preventive maintenance for Government-owned equipment listed below. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. 1. LSM 710 w/one scope S/N 2501000152 M200606 2. LSM 780 w/one scope S/N 2504000385 3. LSM 780 w/one scope S/N 2504000383 4. Elyra S.1 with LSM 780 w/one scope S/N 2559000216 5. LSM 780 w/one scope S/N 2504000601 6. Elyra PS.1 w/one scope S/N 2560000238 7. AxioObserver Z1 Inverted Scope S/N 3834003359 8. LSM 880 w/one scope S/N 2802000280 9. LSM 780 w/one scope S/N 2504000540 10. LSM 710 W/ spectral detection & NLO ready S/N 2501000105 11. AxioScan Z.1 System S/N 4631000263 12. LSM 700 Scanning Newton w one scope S/N 2601000226 13. Axio Observer Z1 Inverted Scope S/N 3834000305 14. Axio Observer Z1 Inverted Scope S/N 3834002193 15. LSM 780 w/one scope S/N 2504000667 16. Axio Observer Z1 Definite Focus S/N 3834004401 17. Imager Z2 with MetaSystem S/N 3534000529 M210317 18. LSM 710 one photon w/ one scope S/N 2502000471 19. Axio Observer Z1 Inverted Scope S/N 3834004197 20. Axio Observer Z1 Inverted Scope S/N 3851000227 21. Axio Observer Z1 Inverted Scope S/N 3834003122 22. 8. LSM 880 w/one scope S/N 2802000291 PREVENTIVE MAINTENANCE: Contractor shall perform one (1) preventative maintenance inspection (PMI) during the contract period. Service shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjustment, 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. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. PMIs shall occur Monday through Friday during standard business hours (9AM-5PM) not including Federal holidays. EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government. Emergency service shall be provided, during normal working hours, Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish within seventy two (72) hours, a certified factory-trained service engineer to inspect the equipment and perform all repairs and adjustments necessary, using new or remanufactured with original equipment specifications parts to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI. REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured with original equipment specifications. Basic LSM microscope, ConfoCor microscope, Elyra Microscope, AxioScan system, System Tables, Scan Modules, Spectral Detectors, NDDs, GaAsP Detectors, Laser Modules, Electronics Controllers, System Computers purchased within 5 years, AIM/ZEN Software, Stage, Incubator, AxioCam, Lasers, and EM-CCD are covered for parts and labor. SOFTWARE UPDATES/SERVICE: The Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. This will include reinstallation of ZEN software if necessary. The Contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. ENHANCEMENTS AND UPGRADES: The Contractor shall provide elective enhancements and upgrades to the equipment that will include a complete performance check of the entire system to ensure optimal equipment function. TECHNICAL SUPPORT AND TRAINING: The Contractor shall provide unlimited phone support for troubleshooting and onsite training of users by certified technical support engineers and application specialists. This service shall include design and preparation of macros by qualified application specialists for new experiments or to perform specific analyses or streamline data collection. Telephone support and onsite training shall occur Monday through Friday during standard business hours (9AM-5PM) not including Federal holidays. 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. PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the applicable instrument (instruments listed on section 1). All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. PLACE OF PERFORMANCE: Service shall be performed at the following locations: Frederick, MD and Bethesda, MD. The list containing the address information will be provided to the awardee. PAYMENT: Payment shall be made quarterly, in arrears, after submission of invoice per the Invoice and Payment Provisions is required. OPTIONS: One (1) term option is included in this SOW. FAR Clause 52.217-9, Option to Extend the Term of the Contract (March 2000). "(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension." "(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (2) YEARS." AWARD: Award will be made in the aggregate. These Zeiss confocal instruments were designed by the firm Carl Zeiss Microscopy, LLC. They require professional maintenance including scheduled service visits and periodic part replacement. Continuous service requires a renewable service contract. The internal components and mechanisms of these instruments are proprietary and Carl Zeiss Microscopy, LLC is the only known source capable of fulfilling the service contract on these instruments. Zeiss service engineers have the highest qualification for repairing the Zeiss confocal microscopes. They are factory trained and certified in Germany on the latest models of the instrument. No other firm is known to have the certifications that are required to work on the required instrumentation. Carl Zeiss Microscopy, LLC holds multiple patents on these instruments and it is a sole source for the replacement parts. The parts of the confocal instrument require special handling and this handling needs approval of Zeiss to get the warranty replacements. The NCI is constantly upgrading these confocal systems with newest versions of the proprietary software and hardware. These new pieces require fine-tuning, which is more cost effective if done as part of the service contract. Zeiss gives priority scheduling for emergency service to instruments under a service maintenance agreement and can be onsite within 72 hours of the initial service request, as required by this requirement. With over 800 users, the Confocal Core Facilities cannot afford any instrument downtime. A service agreement enables unlimited phone support for troubleshooting and onsite training of users by certified technical support engineers and application specialists. This access is instrumental to the Core Facilities, who often need to design and install macros for new experiments or to perform specific analyses or streamline data collection. This service can only be provided by Zeiss qualified application specialists. It is critical to the smooth operation and research of the NCI/CCR that the equipment continues to be calibrated accurately and maintained according to the manufacturer's specifications. Any deviation from the specifications could jeopardize the use of the aforementioned systems, and delay the Core Facilities throughput. Therefore, it is crucial that the systems are properly maintained with OEM parts by factory trained certified technicians. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response 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 9 AM ET, on November 3, 2016. All responses and questions must be via email to Francisco Mendoza, Contract Specialist at francisco.mendoza@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. In order to receive an award, contractors must be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: N02CO72501-78 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO72501-78/listing.html)
- Record
- SN04309062-W 20161022/161020234216-32f39059508d7f16c9dfcece99e554b8 (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 |