Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

J -- Maintenance and Repair Service for Leica Laser Capture Microscope LMD6

Notice Date
2/26/2024 10:11:33 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00177
 
Response Due
3/11/2024 9:00:00 AM
 
Archive Date
03/26/2024
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Description
Solicitation Number: 75N95024Q00177 Title: Maintenance and Repair Service for Leica Laser Capture Microscope LMD6 NAICS Code:� 811210 � Electronic and Precision Equipment Repair and Maintenance �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: � Purpose and Objectives: The purpose of this acquisition is to procure a maintenance and repair service for Leica Laser Capture Microscope LMD6 Description: The Contractor shall provide the Government with the following: The Contractor shall provide the Government with maintenance and repair support for the following Leica instrument: LMD6 Laser Capture Microscope (LED, mot. Z), SN431573. The PremiumCare service plan will include the following: One annual preventative maintenance visit (PM) Unlimited on-site repairs, including replacement for service parts, (excluding consumables), components, or modules necessary for repairs Prioritized on-site response time for remedial services (critical repairs) Unlimited access to Leica OneCall Technical Support Center (standard working hours) 2-hour telephone call back from Leica OneCall Firmware and software updates when available (excluding software upgrades) All services are performed by factory-trained and certified Field Service Engineers with genuine Leica Microsystems parts to meet our original equipment manufacturer (OEM) specifications. LEVEL OF EFFORT: One preventive maintenance Service Plan at fixed pricing is anticipated on an annual basis. GOVERNMENT RESPONSIBILITIES When the Contractor is on-site for maintenance and repair support provision, the Government will provide workspace and access to the equipment needing support. DELIVERY OR DELIVERABLES Documentation shall be provided by the vendor to show they completed the service on the equipment and left with the COR or POC. The service technician is to present a service ticket that briefly details the work performed to the POC for signature and a copy of the ticket is to be left with the POC. A detailed written report of any service is to be submitted to the Contracting Officer�s Representative, or a delegated entity, within 24 hours of service being performed. REPORTING REQUIREMENTS The Contractor shall provide one report to the Government via email on an annual basis which details all maintenance and repair work performed for the instrument during the reporting period. OTHER CONSIDERATIONS � Travel: No travel reimbursement is authorized for this requirement. All travel time should be included within the provided service agreement quote. � Period of Performance:� 12 months plus (3) 12 months options Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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. 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 must be in and outline format that addresses each of the elements of the project requirement 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) page limit.� 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Andrea Clay, Contract Specialist at e-mail address amcgee@mail.nih.gov The response must be received on or before March 11, 2024 at 12:00PM, 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 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/f8a71d058d1e41aaaa35bae45076b92d/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06977397-F 20240228/240226230055 (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.