Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2024 SAM #8076
SOURCES SOUGHT

J -- Maintenance Renewal for Hitachi SU800 and HT-7800 Electron Microscopes

Notice Date
1/5/2024 11:28:08 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIAID-SS-24-2191519
 
Response Due
1/17/2024 12:00:00 PM
 
Archive Date
02/01/2024
 
Point of Contact
Hershea Vance, Phone: 3017616404, Tamara McDermott
 
E-Mail Address
hershea.vance@nih.gov, tamara.mcdermott@nih.gov
(hershea.vance@nih.gov, tamara.mcdermott@nih.gov)
 
Description
Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Project Summary The Electron Microscopy (EM) Unit of the Research Technologies Branch (RTB) is dedicated to providing state-of-the-art technologies to support the ultrastructural imaging needs of National Institute of Allergy and Infectious Diseases (NIAID) scientists both in the Bethesda, Maryland, area and at the Rocky Mountain Laboratories (RML) in Hamilton, Montana. The facility provides sample preparation and analysis ranging from basic to high-resolution structural studies to immuno-localization of selected antigens for a wide array of specimens. A variety of methods, protocols, and equipment are employed to accommodate different preparative and imaging needs. Real-time viewing of samples by video image-sharing is available to NIAID users, allowing scientists at distant locations the ability to view samples simultaneously with microscopy staff. To continue supporting the needs of NIAID researchers, the RTB must continue to upgrade and maintain its instruments. The EM Unit currently utilizes the Hitachi SU8000 and HT-7800 electron microscopes. It is essential that these highly specialized instruments be maintained in peak operating condition at all times to achieve high-resolution ultrastructural data. To assure optimal performance and reliability, the equipment requires maintenance by specially trained and experienced service engineers. The microscope requires annual preventative maintenance and check-ups. To ensure rapid repair to allow research to continue, it is essential to have a full-service contract on this machine that provides for preventive maintenance and covers the cost of what would be extremely expensive repairs if they were paid for on a non-contract basis. Specifically, NIAID, EMU is seeking maintenance service for various Hitachi equipment listed below. Equipment Info.� � � � � � � � � �Part No.� � � � � � � � � � � � � � �Description HT7800 6103-03���������������� C-822-0007���������������������� HT7800 High Resolution TEM ����������������������������������� �������� C-821-1365������������������� �� Beam Stopper ����������������������������������� �������� C-821-1364�� ��������������������Pneumatic In/Out Control for Objective A ����������������������������������� �������� C-822-0421���������������������� Motorized Z-axis SU8000 0101-03���������������� C-536-9083������������������������ SU8000-II FE-SEM ����������������������� ������������������� C-HHTC-CHAMB������������� CHS05 Chamberscope A-47mm/MON� � � � � � � � � � � � �� The service of the Hitachi SU8000 and HT-7800 equipment must meet the following minimum requirements: 1. Full coverage for OEM replacement parts, labor, and travel. Coverage includes all fees associated with repairs (labor and replacement parts) for any service or repairs performed. 2. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed in your response. OEM Trained Certified Technicians required. 3. One (1) Preventive Maintenance Inspections to be performed during a twelve-month period including: � 48-hour targeted response time for onsite applications support (troubleshooting and repairs) � 48-hour targeted response time for all emergency repairs and all on site visits � Instrument control software and hardware proprietary updates (can occur during scheduled firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit), including software revision. Provide End User License Agreement (EULA) if applicable. � Unlimited service visits during normal business days and hours, excluding Federal holidays. � Unlimited telephone support for instruments and applications and Remote Technical Support during business hours. Anticipated Period of Performance It is anticipated that an award will be made on or about March 1, 2024. The estimate base period of performance is from date of award through February 28, 2025. The period of performance shall be one (1) base year with four (4) one-year option periods. Capability Statement/Information Sought If your organization has the potential capacity to provide maintenance services which meets the minimum salient characteristics listed above, please provide the following information: 1. Organization name, address, point of contact, email address, website address, telephone number, UEI number 2. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.) pursuant to the applicable NAICS code 3. Identification of any Best-in-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule, NITAAC) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY. 4. Tailored capability statement addressing the capability of the instrument to meet NIAID�s minimum salient characteristics. Capability document shall be no more than six pages. The priority scheduling and/or response time must be provided with your response. Submission Instructions Interested businesses who consider themselves qualified to provide the above listed maintenance service for this project are invited to submit a response to this Sources Sought Notice by January 17, 2024, at 3:00 PM EST. All responses under this Sources Sought Notice shall be emailed to Hershea Vance at hershea.vance@nih.gov. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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://sam.gov/opp/3c97dcf87f8041afb69e06dc3a87c55c/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06928687-F 20240107/240105230046 (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.