Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

J -- Maintenance support services for BioQuantum energy filter with K2 digital camera on the Titan Krios high resolution electron microscope

Notice Date
7/9/2020 11:36:48 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91020R00048
 
Response Due
7/17/2020 9:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
SOURCES SOUGHT NOTICE: Maintenance support services for BioQuantum energy filter with K2 digital camera on the Titan Krios high resolution electron microscope Notice Number: 75N91020R00048 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov� or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: July 17, 2020 by 12:00PM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 811219 with a size standard of $20.5 million. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The digital camera is one of the most important components in high-resolution electron microscopy. The digital camera produces ultra-high clarity and low noise images of biological specimen at high magnification.� This type of camera detects and records electrons instead of light with unprecedented sensitivity and precision. It played a major role in the recent breakthrough in cryo electron microscopy because of the ability to solve the structure of a target protein at atomic resolution.� NCI�s microscope in building 37 currently is equipped with a Bio Quantum energy filter and Gatan K2 digital camera and expects to upgrade to a K3 soon.� Therefore, a maintenance contract is needed to extend the warranty protection to these precious instruments.� The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the BioQuantum energy filter with K2 digital camera on the Titan Krios (D3211).� These scopes require high-quality images of biological specimens including cells, viruses, and protein complexes at high resolution. All maintenance services shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices.��������� This is a severable Firm Fixed-Price Purchase Order.� � � � � � � � �� PREVENTIVE MAINTENANCE� The Contractor shall perform one planned preventive maintenance service for the camera and energy filter during the contract period.� Our manufacturer-appointed on-site engineer or technically qualified factory-trained personnel shall perform the service. The service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer�s latest established service procedures.� All equipment shall be - tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to ensure optimum and efficient performance. EMERGENCY SERVICE An on-site, emergency repair service visit shall be provided 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 equipment part is malfunctioning, the Contractor shall provide a one (1) hour initial response with a four (4) hour on-site response by a qualified factory-trained service representative. The service representative shall inspect the malfunctioning equipment and perform all necessary repairs and adjustments to restore equipment to normal operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. All labor and travel will be included.� � � �� REPLACEMENT PARTS� The Contractor shall furnish all required replacement parts at no additional cost to the Government. The exception pertains to the main microscope, the parts of which are covered by the microscope service contract. Parts, including cables, digitizer, processors, and control computer components, shall be new to original equipment specifications.� If the parts are in stock, the Government expects delivery - the - next day. SOFTWARE UPDATES/SERVICE� The Contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures. This service shall include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government.� The contractor shall receive Government approval in advance before completing any software updates and/or revisions. Defective software shall be replaced at no additional cost to the government. Remote support is also included to enable troubleshooting on software related issues. 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 Technically qualified factory-trained personnel shall perform the service on the camera and energy filter system on the Titan Krios (D3211) in building 37 room B211, as covered by this contract.� All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. PERIOD OF PERFORMANCE The period of performance shall be for a 12-month base period with two (2) 12-month option periods. Base Period: �������������� September 1, 2020 � August 31, 2021 Option Period One: ��� September 1, 2021 � August 31, 2022 Option Period Two: �� September 1, 2022 � August 31, 2023 PLACE OF PERFORMANCE Onsite services shall be performed at the following location:� � � � � � � �� ����������� NIH, NCI,� ����������� Bethesda, MD� 20892 How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above.� All proprietary information should be marked as such.�� Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern�s name and address).� Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. � Due Date:� Capability statements are due no later than July 17, 2020 by 12:00PM EST Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein.� All questions must be in writing and emailed to David.Romley@nih.gov.� A determination by the Government not to compete this 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 have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov.� No collect calls will be accepted.�Please reference number 75N91020R00048 on all correspondence. 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 RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d92bbefee2344884956d52346ed57c83/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05716844-F 20200711/200709230145 (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.