Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2017 FBO #5705
SOURCES SOUGHT

66 -- Maintenance Support Services for Microscopy Lasers - Sources Sought 4602885

Notice Date
7/5/2017
 
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 Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-17-508
 
Archive Date
7/27/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 4602885 - Maintenance Support Services for Microscopy Lasers Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-508 2. Title: Maintenance Support Services for Microscopy Lasers 3. NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance 4. Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government 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 notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Viral Immunology and Intravital Imaging Section (VIIIS) owns microscopy Lasers. The lasers are used for ongoing NINDS research studies and require regular maintenance support to ensure continued full function. Purpose and Objectives: The purpose of this acquisition is to acquire maintenance services to support Mai Tai and Insight microscopy lasers owned by the NINDS Viral Immunology and Intravital Imaging Section (VIIIS). To ensure standardization of research data and continuation of equipment warranties, maintenance may only be performed by the original equipment manufacturer. Project Requirements: The Contractor shall provide all labor, travel, and parts necessary to perform on-site maintenance Mai Tai (Serial No. 5233) and Insight (Serial No. 1293) microscopy lasers. Laser care services for each instrument shall include the following: • Contractor shall perform at least one (1) preventive maintenance inspection for each instrument during each twelve-month period. Each inspection will evaluate the instrument performance and provide calibrations, alignments, lubrication and part replacement as necessary to maintain the instrument operation substantially in accordance with the published technical specifications for each instrument. Inspections must comply with Original Equipment Manufacturer (OEM) equipment manuals • Contractor shall provide unlimited on-site service repairs and phone support. Contractor shall provide an OEM service technician on-site within 48 hours. All repairs under warranty must comply with OEM equipment manuals. • Contractor shall provide OEM certified parts for all preventative maintenance and service repairs, except for consumables for each instrument. If an instrument is deeded unrepairable by OEM certified technician and is under manufacturer warranty, the contractor shall replace the instrument at no cost to the Government. • Contractor shall provide preventative maintenance and service repairs between the hours of 8:00 AM and 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Emergency service repairs must be provided as needed, based on MD local prevailing time, Monday through Friday, excluding Federal holidays Delivery or Deliverables: Contractor service technicians must be cleared at the NIH commercial vehicle inspection station located at 9000 Rockville Pike, Bethesda, MD to gain access to the premises. Service shall be performed at 10 Center Drive, Room 7C213, Bethesda, MD 20892. Period of Performance: The period of performance shall consist of a base year with four subsequent year-long optional periods of performance: Base YearAugust 14, 2017 - August 13, 2018 Option Year One August 14, 2018 - August 13, 2019 Option Year Two August 14, 2019 - August 13, 2020 Option Year ThreeAugust 14, 2020 - August 13, 2021 Option Year FourAugust 14, 2021 - August 13, 2022 Other important considerations: The place of performance shall be 10 Center Drive, Room 7C213, Bethesda, MD 20892. A firm fixed price purchase order with options to extend the term of the contract is anticipated. The total order value is expected to fall within the Simplified Acquisition Threshold. Invoices shall be submitted and processed on a quarterly basis in arrears. Contractor shall provide a written report, submitted via email as a PDF or original paper hardcopy, upon completion of the annual preventative maintenance visit or any repair/service visit. The report shall summarize the maintenance or repair service conducted and the resultant laser specs. This report shall be provided to the NIH before the service technician leaves the NIH (or within 72 hours). The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and maintain the equipment at peak factory performance. Service personnel need to be certified by the Original Equipment Manufacturer (OEM). Service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises. The Contractor will treat all experimental research data and information the as confidential. Capability statement /information sought. Please provide a capability statement, this includes: • Provide evidence the respondent has performed services. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (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 project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your DUNS number, organization name, address point of contact, and size and type of business (e.g., 8(a), HubZone, etc.,) pursuant to the applicable NAICS code and any other information that may be helpful. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, July 12, 2017 at 12:00PM, Eastern Standard Time. "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/NIDA-01/HHS-NIH-NIDA-SSSA-SS-17-508/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04567753-W 20170707/170706000031-b8e44a33b42097c333a1a8e1389df91f (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.