Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOURCES SOUGHT

J -- Preventative Maintenance and Service Agreement for Siemens Magnetom Terra 7T MRI scanner

Notice Date
1/10/2020 2:38:35 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NIDA-SBSS-20-002910
 
Response Due
1/17/2020 2:00:00 PM
 
Archive Date
02/01/2020
 
Point of Contact
Sneha V. Singh
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE �Solicitation Number: HHS-NIH-NIDA- SBSS-20-002910 Title:� Preventative Maintenance and Service Agreement for Siemens Magnetom Terra 7T MRI scanner Classification Code:� J066 � Maintenance of Equipment NAICS Code:� 811219 � Other Electronic and Precision Equipment Repair and Maintenance 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) requires maintenance and service, and repairs for Siemens Magnetom Terra 7T MRI Scanner. Project requirements: The purpose of the service contract is to maintain the Magnetom Terra 7T MRI system in peak operating condition so that it continues to meet its operating specifications. The equipment covered includes the magnet, computer, and all other electrical components and accessories supplied by Siemens. Specifically, the Contractor shall: Supply all replacement parts in order to maintain the equipment at Original Equipment Manufacturer�s (OEM�s) specifications. This includes replacement of the magnet, if necessary. The Contractor shall provide on-site remedial service and maintenance during from 12 pm-10pm local time, Monday through Friday. The engineer shall be on the site within four hours of NIH placing a telephone service request.� All labor and travel included. Regular scheduled maintenance inspections and adjustments shall be performed as specified by the manufacturer for all subsystems of the scanner. Scheduled maintenance shall be performed at a mutually agreed upon time Monday through Friday. Technical support and remote diagnostics shall be provided by the Contractor 24 hours per day, 7 days a week. This telephone support shall be available within 30 minutes of the NIH placing a service request. The Contractor shall provide a daily check of the system error logs. The Contractor assumes the responsibility for correcting problems as noted therein. The Contractor shall provide all necessary parts (provided replacement of the parts is required) due to normal wear and tear or otherwise deemed necessary by the contractor. All parts shall comply with applicable performance and reliability specifications. The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. LEVEL OF EFFORT: All service engineers shall have completed the required training and be certified by the manufacturer. Contractor must be an Authorized Service Provider of the Siemens Magnetom Terra 7T MRI Scanner that provides an OEM Service Technician and Certified Parts. Anticipated period of performance: Base Year ����������������� 02/29/2020 - 02/28/2021�������������������� Option Year 1������������� 03/01/2021 - 02/28/2022�������������������� Option Year 2������������� 03/01/2022 - 02/28/2023�������������������� Option Year 3������������� 03/01/2023 - 02/28/2024�������������������� Option Year 4������������� 02/29/2024 - 02/28/2025 The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program such as:�� 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; 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 Specialists and Contracting Officer.� Facsimile responses are NOT accepted. All capability statements sent in response to this Sources Sought Notice must be submitted to Sneha Singh, Contract Specialist, via email at sneha.singh@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/e916d9181c7441bd9d393ac696388065/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05532196-F 20200112/200110230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.