SOURCES SOUGHT
66 -- Preventative Maintenance for MIF Visualsonics Vevo 2100-LAZR
- Notice Date
- 7/31/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
- ZIP Code
- 20892-9661
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2018-00389
- Archive Date
- 8/22/2018
- Point of Contact
- Kim Stapleton, Phone: 3014433775
- E-Mail Address
-
kim.stapleton@nih.gov
(kim.stapleton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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 National Institutes of Health (NIH), conducting 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 NIH Mouse Imaging Facility (MIF) is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. Purpose and Objectives: The purpose of this acquisition is to provide the NIH Mouse Imaging Facility (MIF) with hardware and software maintenance support for its Fujifilm SonoSite Visualsonics Vevo 2100 high frequency ultrasound scanner and the Vevo LAZR photoacoustic imaging accessory. This equipment is used to acquire real-time ultrasound images and three-dimensional photoacoustic images of small animals for ongoing preclinical biomedical research studies. General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: 1. The Contractor shall provide the following support for the MIF Fujifilm SonoSite Visualsonics Vevo 2100 high frequency ultrasound Imager (Serial No. 2100-0309, NIH Decal No. 01608448), Vevo LAZR photoacoustic imager (SN LAZR-0021) and all its associated system parts and software: a. Two (2) preventative maintenance visits during the 12-month coverage period. The contractor will communicate and visit during scheduled working hours (8am to 6pm EST Monday through Friday). This visit will include: i. Investigate and resolve any known system problems as described by MIF ii. Inspection and cleaning of all necessary parts iii. Systematic inspection and verification that all hardware and software satisfy manufacturer's specifications, as listed in the VevoSystem Preventative Maintenance Checklist iv. All software updated as needed v. Answer customer questions on the operation of the Vevo 2100-LAZR vi. Unlimited repairs of instrument, including LZ and MS transducer replacement vii. All repairs performed on-site by Visualsonics trained and certified field technicians. b. Response time for service visits shall be within 24 hours of determining that a visit is necessary. The service contract will include all parts and labor. The contractor will maintain an inventory of parts for use in service. In those situations where the system console is not operational, repair parts to will be shipped to the MIF using overnight carrier services. After repairs are completed, defective components will be shipped back at the expense of the contractor. c. All costs for labor, travel, overtime labor (if required), software upgrades and materials will be free of charge. d. If replacement parts are required, they will be provided readily without delay on an exchange (refurbished) or new part basis. Replacement parts must be factory reconditioned or new from the original equipment manufacturer. All parts will be warranted for a reasonable time period after installation. Additional materials necessary for engineering changes that are developed and mutually determined to be appropriate for the scanner will be available also. The contractor will be liable for delays in repair due to employee and or administrative issues that will directly or indirectly affect the performance of the MIF Fujifilm SonoSite Visualsonics Vevo 2100-LAZR. However, this does not include delays due to limited supply of parts. e. Unlimited telephone and email-based technical and application support shall be provided Monday through Friday from 9am to 5pm EST. f. All available software upgrades will be provided as soon as released, and free of charge. Software defects or other significant problems will be corrected as soon as possible though effective, mutual, communication regarding the steps taken or plan to take to repair instrument. g. Contractor will support the system in its original configuration unless those changes are made or directed by a Fujifilm SonoSite Visualsonics representative. h. An Operator's Manual shall be provided for all hardware and software updates with documentation of changes. i. The MIF will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. j. The contractor will treat experimental information of the MIF as confidential. 2. The contractor shall have a minimum of 5 years' experience providing service and maintenance the Fujifilm SonoSite Visualsonics Vevo 2100-LAZR. Government Responsibilities: Government will provide Contractor personnel reasonable access to the Equipment for the required service repair. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. The Government will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. 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, Bldg 10, Room B1D-200B, Bethesda, MD 20892. Reporting Requirements: Upon completion of the preventative maintenance visits (or any repair/service visit), the contractor will provide at least one copy of a written report summarizing the visit. This report shall be submitted via email as a PDF or original paper hardcopy and include a list of the hardware or software items checked, notations of any corrections made to bring each item into specifications, and any recommendations for maintaining the imager within optimal specifications. This report shall be provided to the NIH before the service technician leaves the facility (or within 5 business days). Key Personnel: 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). Confidentiality of Information: The Contractor will treat all experimental research data and information the NIH Mouse Imaging Facility as confidential. Anticipated period of performance: Period of performance will be a base year with 2 options periods consisting of 12 months. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Kim Stapleton, Contract Specialist at e-mail address kim.stapleton@nih.gov The response must be received on or before August 7, 2015 at 11:00AM, 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 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/spg/HHS/NIH/NIMH/HHS-NIH-NIDA-SSSA-SBSS-2018-00389/listing.html)
- Record
- SN05012971-W 20180802/180731230800-1868b9495182f1deea126c174ab04cb6 (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 |