Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOURCES SOUGHT

J -- Maintenance Agreement for Operetta CLS System

Notice Date
5/16/2018
 
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, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHDA201800213
 
Archive Date
6/6/2018
 
Point of Contact
Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE 1. Solicitation Number: NIHDA201800213 2. Title: Maintenance Agreement for Operetta CLS System 3. Classification Code: J074 Maintenance/Repair of Office Machines 4. NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance 5. Description: The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) requires a maintenance agreement to support its existing high throughput microplate-based automated imaging systems that are used to monitor and record cellular-level biological activities or changes in intact, living cells. These instruments are used to measure and analyze stem cell growth and differentiation as well as phenotypic screening. This maintenance agreement will allow for continuous service and help to avoid costly work stoppages. 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: NCATS is tasked with identifying and developing novel small molecule leads against a wide spectrum of human and infectious disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. To this end, it has an existing high throughput microplate-based automated imaging system to monitor and record cellular-level biological activities or changes in intact, living cells. This instrument is used to measure and analyze stem cell growth and differentiation as well as phenotypic screening. Purpose and Objectives: The purpose of this acquisition is to obtain a maintenance agreement for a Operetta CLS System Serial Nos.1600L16048 and 1600L16049. Project requirements: The Operetta CLS System is a very sensitive piece of equipment, and as such requires a OEM authorized service technician who has experience with this exact make & model. Knowledge of other brands in general will not suffice as it may result in improper repairs. An authentic OEM authorized service provider is needed to supply genuine parts and repairs. Specifically: • Two (2) Preventative Maintenance Visits • All repairs (labor, travel and parts) • Technical Phone Support during normal business hours M-F • A 15% training discount • Parts/Response priority, typically within 48 hours or sooner of your initial call Level of Effort: • PM Frequency: 2 per year The vendor will perform preventative maintenance service and necessary repair service and suggest further maintenance as needed. Detailed reports of service performed will be provided. Reports will be emailed to Sam Michael at michaelsg@mail.nih.gov. Anticipated period of performance: One year period of performance starting from ARO date. Capability statement /information sought. Responses shall include a capabilities statement and the following information: • respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; • information regarding 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; • general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); The respondent must also provide their 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 in developing or finalizing the acquisition requirements. 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. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 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 Jessica Adams, Contract Specialist, at e-mail address jessica.adams@nih.gov. The response must be received on or before May 22, 2018, 1:00pm, Eastern 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 presolicitation 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/notices/7d8b9d003a93a4085e0c83d0b5440024)
 
Record
SN04923829-W 20180518/180516230703-7d8b9d003a93a4085e0c83d0b5440024 (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.