SOURCES SOUGHT
J -- Preventive Maintenance Service of a 700 MHz NMR Instrument
- Notice Date
- 5/20/2021 2:00:00 PM
- 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
- 75N91021R00042
- Response Due
- 5/28/2021 9:00:00 AM
- Archive Date
- 06/12/2021
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Description
- SOURCES SOUGHT NOTICE: Preventive Maintenance Service of a 700 MHz NMR Instrument. Notice Number: 75N91021R00042 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: May 28, 2021 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 $22 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. BACKGROUND The Laboratory of Biochemistry and Molecular Biology (LBMB) carries out basic research into the mechanisms underlying cell growth, division, differentiation and homeostasis with a focus on the biology of chromosomes and the cell nucleus. LBMB fosters an interdisciplinary approach in which the methods of biophysics, biochemistry, genetics and cell biology are used in an interactive and collaborative research environment to solve problems of fundamental importance. The NMR instrument is a critical piece of laboratory equipment that is central to several key studies on protein and chromatin structure. We are seeking a new contract to continue the service coverage of this instrument. SCOPE� Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a government-owned 700 MHz Nuclear Magnetic Resonance Spectrometer Console, System ID BH006410. All maintenance service shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices. TYPE OF ORDER This will be issued as a Severable Firm Fixed-Price Purchase Order. The services acquired under this Purchase Order are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. SPECIAL ORDER REQUIREMENTS The following specific services are required for the maintenance: coverage must include all components and specifically provide console service, magnet service including 4 helium fills per year, cryoplatform service, cooling unit service, and the cryoprobe service. PREVENTIVE MAINTENANCE� The Contractor shall perform one (1) preventive maintenance inspections (PMI) during the contract period. A technically qualified factory-trained personnel shall perform this service.� The service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer�s latest established service procedures.� All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. EMERGENCY SERVICE Top priority, full coverage includes any repair 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 part of the equipment is malfunctioning the Contractor shall within twenty-four (24) hours dispatch a qualified factory-trained service representative to inspect the malfunctioning equipment and perform all necessary repairs and adjustments to restore the said equipment to normal operating condition.� Emergency service calls shall not replace the necessity for scheduled PMIs. REPLACEMENT PARTS� The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. The parts shall be new or re-manufactured to original equipment specifications. SOFTWARE UPDATES/SERVICE� The Contractor shall provide software service and updates in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government.� The contractor shall receive advance approval for the installation of all software updates and revisions from the Government.� Defective software shall be replaced at no additional cost to the government. 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 service to the 700 MHz NMR spectrometer located at 37 Convent Drive, Bldg 37, Rm B134 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 base period of performance shall be for twelve (12) months from with four 12-month option periods, as follows: Base Period:� � � � � � � September 21, 2021 through September 20, 2022 Option Period One:����September 21, 2022 through September 20, 2023 Option Period Two:��� September 21, 2023 through September 20, 2024 Option Period Three:� September 21, 2024 through September 20, 2025 Option Period Four:��� September 21, 2025 through September 20, 2026 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 May 28, 2021 by 12:00PM EST 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 System for Award Management (SAM) at Beta.SAM.gov. No collect calls will be accepted.�Please reference number 75N91021R00042 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 beta.SAM.gov. 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/83c580139dd0431a9f722b8f45dcd643/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06009183-F 20210522/210521201533 (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 |