Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SPECIAL NOTICE

J -- Maintenance Services for Government Owned Spectra-Physics lasers

Notice Date
2/22/2022 12:06:16 PM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Response Due
3/1/2022 12:00:00 PM
 
Point of Contact
Renee Jones-Chuang, Phone: 2402705782
 
E-Mail Address
renee.jones-chuang@nih.gov
(renee.jones-chuang@nih.gov)
 
Description
DESCRIPTION OF REQUIREMENT 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) uses spectra-physics lasers to perform research that focuses on visualizing cellular processes in live animals under both physiological and pathological conditions. The IVM supports CCR investigators in performing intravital microscopy, enabling CCR to i) investigate� the cellular mechanisms underlying tumor initiation, progression, and metastasis in live animals; ii) perform multimodal analysis of tumors, surrounding microenvironment (e.g. vasculature, extracellular matrix), dynamics and role of the immune system; and iii) 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 depend on the continuous and reliable of use of the lasers. The original equipment manufacturer (OEM) for the multi-function cell sorter is Newport Corporation (""Newport""). The design, components, and production of the lasers are proprietary to the OEM. Based on market research, no third-party organization has access to the personnel and materials necessary to maintain these lasers. Thus, the OEM is the sole source capable of fully meeting the requirement to maintain and repair this instrument. Details regarding the specifications for this acquisition can be found Attachment 1 - Statement of Work. RESPONSE INSTRUCTIONS The response close date of this notice is in accordance with FAR 5.203(a)(1) and FAR 13.5. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be awarded pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures. This acquisition is exempt from the requirements of FAR Part 6. This notice is not a request for competitive quotation; however, if any interested party � especially any small business � believes it can meet this requirement, it may submit a capability statement for the Government to consider. The response 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 the deadline stated in this notice. All responses and/or questions must be submitted via e-mail to Renee Jones-Chuang, Contract Specialist, at renee.jones-chuang@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. In order to receive an award, contractors must be registered and have valid certification through SAM.gov and have representations and certifications completed. CONTENT OF RESPONSES Responses should include both the STATEMENT OF CAPABILITY and the BUSINESS SIZE AND SOCIOECONOMIC STATUS information as explained below. This notice is to assist with determining sources only. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Any organizations interested in responding to this notice are requested to include the following: (1) Statement of Capability: Submit a brief description (10-pages or fewer) that includes product or service specifications. Include past experience with performing this type of service for Government agencies, or for a private medical facility. Please indicate your address. (2) Business Size and Socio-Economic Status: (a) Indicate whether your organization is a small business or other-than-small business. (b) If small, indicate if your firm qualifies as a small, emerging business; or a small disadvantaged business. (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (d) Indicate if your firm is a certified HUB-Zone firm. (e) Indicate if your firm is a woman-owned or operated business. (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB). (g) Include the DUNS number of your firm. (h) State whether your firm is registered in the System for Award Management (SAM).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5cde7995e41c490e8778a1bde7258706/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06247972-F 20220224/220222230105 (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.