Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2021 SAM #7305
SOURCES SOUGHT

J -- Service Contract for Scan Module LSM 880 Microscope

Notice Date
11/29/2021 3:52:16 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00024
 
Response Due
12/14/2021 11:00:00 AM
 
Archive Date
12/29/2021
 
Point of Contact
Diedra Prophet, Karen Mahon, Phone: 3014357479
 
E-Mail Address
dsp88@yahoo.com, karen.mahon@nih.gov
(dsp88@yahoo.com, karen.mahon@nih.gov)
 
Description
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 LSM 880 Microscope instrument is utilized to obtain high quality images of cells. This state of art technology uses the combination of fluoresce microscopy to generate images from thousands of cells to achieve statistical significance of data. Annual preventive maintenance is critical, and the service required to provide proper functionality of the instrument. Purpose and Objectives:� The purpose of this requirement is to procure a maintenance agreement for the Scan Module LSM 880 Microscope. Salient characteristics include the following:� The manufacturer shall provide a preventive maintenance plan for the Scan Module LSM 880 Microscope. All labor and travel related charges associated with any service repair visit or inspections visit, in addition to the PM visit as may be required during the contract year, is included. All covered replacement parts (see objective and filter coverage detailed below). A 10% discount on consumable purchases and on instrument upgrades. Software version upgrades when available (for system related agreements) Scheduled and emergency service performed between the hours of 8:00 am and 5 pm Monday through Friday (excluding holidays). Provide Carl Zeiss factory trained customer support engineers to ensure that the microscope is always in working condition. REPORTING REQUIREMENTS The field service technician will be required to notify the NIA POC for access to the Biomedical Research Center (BRC) Building. TRAVEL The principal place of performance is 251 Bayview Boulevard, BRC Building, Baltimore, MD 21224.� Anticipated Period of Performance:� January 15, 2022 � January 14, 2023 Capability statement /information sought. Respondents must provide, as part of their responses, a capability statement that clearly identifies their ability to provide the requirements specified in this notice.� 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. Please note that the NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your 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. 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 in an outline format that addresses each of the elements of the project requirements 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) pages. 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. Facsimile responses are NOT accepted. The response must be submitted to Diedra Prophet at e-mail address Diedra.Prophet@nih.gov The response must be received on or before Tuesday, December 14, 2021 at 2:00pm 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 www.sam.gov. 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/2c40755e08694f77a04c30a21876fb6d/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06186954-F 20211201/211129230121 (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.