Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2022 SAM #7385
SOLICITATION NOTICE

65 -- Maintenance services for a government owned Leica onfocal/multiphoton microscope system

Notice Date
2/16/2022 12:48:42 PM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91022Q00032
 
Response Due
2/23/2022 9:00:00 AM
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
General Information Short Title: ���������������� Maintenance services for a government owned Leica onfocal/multiphoton microscope system Document Type:�������� Notice of Intent Solicitation Number:� 75N91022Q00032�� Posted Date:������������� ��2/16/2022 Response Date:������� ���2/23/2022 Classification Code:�� �65 � Medical and Surgical Instruments Equipment and Supplies NAICS Code:������������� 811219 � Other Electronic and Precision Equipment Repair and�Maintenance Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description� The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure services on a sole source basis from Leica Microsystems, Inc. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. Only one award will be made as a result of this solicitation. This will be awarded as a Severable firm fixed price type contract with four option periods.� It has been determined there are no opportunities to acquire green products or services for this procurement. SCOPE � The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a Leica confocal/multiphoton microscope system composed of one SP8 Liachroic IR (SN-8110002579). The Leica confocal/multiphoton microscope system is used by the Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research�s (CCR) Intravital Microscope Core (IVM) for research that focuses on visualizing cellular processes in live animals under both physiological and pathological conditions. The core supports the need for CCR investigators to perform intravital microscopy which enables it to 1) investigate� the cellular mechanisms underlying tumor initiation, progression, and metastasis in live animals, 2) perform multimodal analysis of tumors, surrounding microenvironment (e.g. vasculature, extracellular matrix), dynamics and the role of the immune system and 3) testing the efficacy of drugs at the tissue, cellular and subcellular level. The IVM Core supports the need of a large group of users from several labs across CCR and NCI and its operations. These users depend on Leica confocal/multiphoton microscope system, its availability and reliability is critical to their research. Therefore, it is essential to have a maintenance service contract to minimize disruption of the services provided by the core. All maintenance services 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.� � � � � � � � � � � � � �� SPECIAL ORDER REQUIREMENTS PREVENTIVE MAINTENANCE� The Contractor shall complete one planned preventive maintenance session during each period of performance during the term of the contract. Technically qualified factory-trained personnel shall perform this service. It 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 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 On-site, emergency repair service visits shall be provided on an unlimited basis 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 (8am to 5pm EST) excluding Federal Holidays. Upon receipt of notice that any part of the equipment is �malfunctioning the Contractor shall make its best efforts to respond to all service request by telephone or e-mail within two (2) business days. The Contractor will make its best effort to provide necessary on-site services within five (5) business days. In all instances, the service response time shall be subject to Leica-Microsystems technician availability, repair availability, and Leica-Microsystems observed holidays. These services shall only be provided by authorized original equipment manufacturer and factory-trained service engineers. All service calls and travel time, labor, and any necessary approved parts shall be included at no additional cost to the Government. All non-warranty repair or other service upon Government approval will be billed to customer at the prevailing rate established by original equipment manufacturer. The �Premium Care Extended Warranty Agreement� is thereby incorporated into this SOW by reference.� � � � �� 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 refurbished to original equipment specifications. The parts will be delivered within twenty-four business hours. 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 troubleshooting 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. The Contractor shall provide unlimited technical telephone support (24hrs/day, 7 days/week) for troubleshooting for the instrument and application support (M-F 8am-5pm), excluding Federal holidays. The Contractor shall provide unlimited remote support through Applications and Techonlogy Support Center (Monday-Friday 8am-5pm). 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 SP8 Liachroic IR (SN-8110002579) located at Building 37, Room B114C, 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, with four (4) twelve (12) month option periods. Base Period:� � � � � � � April 01, 2022 to March 31, 2023 Option Period 1:�������� April 01, 2023 to March 31, 2024 Option Period 2:�������� April 01, 2024 to March 31, 2025 Option Period 3:�������� April 01, 2025 to March 31, 2026 Option Period 4:�������� April 01, 2026 to March 31, 2027 PLACE OF PERFORMANCE Onsite services shall be performed at the following location:� � � � � � � � � � � � � � � � �� ����������� NIH, NCI, � ����������� Bethesda, MD� 20892 This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 12:00 PM EST, on February 23, 2022.� All responses and questions must be emailed to David Romley, Contract Specialist via electronic mail at david.romley@nih.gov. A determination by the Government not to compete this proposed 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. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: 75N91022Q00032 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35a2cdbc358d455d86b739a4fa73c88e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06244846-F 20220218/220216230115 (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.