Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
SOURCES SOUGHT

J -- Preventive Maintenance, Inspection and Emergency Repair of Government-Owned Agilent Analytical Equipment

Notice Date
4/10/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
Reference-Number-SLC-13
 
Point of Contact
Sheri Custer, Contracting Officer, Phone 301-402-3065, Fax 301-402-3407,
 
E-Mail Address
custers@od.nih.gov
 
Description
The National Institutes of Health (NIH) is conducting a Market Survey to determine the availability and technical capability of Contractors to provide the services for emergency repair and preventative maintenance of a wide variety of Agilent Technologies analytical equipment systems. The intended procurement will be classified under NAICS 811219, ?Other Electronic and Precision Equipment Repair and Maintenance?, with a size standard of $6.0M. Independently, and not as an agent of the Government, the Contractor would furnish all necessary trained experienced personnel, labor, special tools, facilities, diagnostic equipment, parts, materials and supplies to provide the required services. The National Institutes of Health (NIH) conducts the world's largest biomedical research program. Direct research and support are performed in numerous laboratories in the continental United States. During the course of conducting laboratory experiments and research, NIH uses analytical equipment systems manufactured by Agilent Technologies. The equipment systems must be operational when needed to support the time sensitive needs of ongoing experiments and research. The failure of these systems being operational could result in the loss of extensive research efforts. The National Institutes of Health (NIH) has a requirement for maintenance of Agilent Technologies analytical equipment systems. This includes emergency repair and preventative maintenance of a wide variety of analytical equipment systems including but not limited to the following; Diode Array Detectors, Fluorescence Detectors, Electrochemical Detectors, Liquid Chromatographs (LC), Printers, Integrators, Gas Chromatographs, Mass Spectrometer Detectors, Mass Spectrometer Engines, UV/VIS Spectrophotometers, Automatic Injector Modules, Graphics Terminals, A/D Boards, Ion Gauge Controllers, Particle Beam Upgrades, Column Switches, Variable Volume Injectors, 1050:(ALS, Quaternary Pumps, On-Line Degassers, and Diode Array Detectors), Variable Wavelength Detectors for LC, Multiple Wavelength Detectors for LC, Peristaltic Pumps, Multicell Transports, Peltier Temperature Controls, Unix Modules, Computers, and Barcode Readers/Mixers. The goal of this requirement is to acquire services that enable the Government-owned Agilent Technologies analytical equipment systems identified herein to remain operational and perform in accordance with the original equipment manufacturer's (OEM) operational specifications. This may be used by the entire NIH community having Government-owned Agilent Technologies analytical equipment systems manufactured by the OEM of the type specified herein. This requirement shall include the following types of work: (1) Full service maintenance including routine preventive maintenance and emergency repair service, (2) Relocation service. The potential period of performance shall be for twelve (12) months from date of award with four (4) successive twelve (12) month option periods. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Concerns that respond to this synopsis shall furnish concise responses directed specifically to the requirements mentioned above and are invited to submit capability statements in an original plus two (2) copies no later than forty-five (45) business days from the date of this announcement. Sources demonstrating the capability to accomplish the above shall supply pertinent information in sufficient detail to demonstrate their ability to perform. Please provide your business size standard. Submission of Capability Statements: (a) When mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd., Room 529Q, MSC 7663, ATTN: Sheri Custer, Bethesda, MD 20892. (b) When hand delivering, or using a courier service such as: UPS, Federal Express, etc., use the following City, State, and Zip Code: Rockville, MD 20852. Responses by Facsimile (FAX) will not be accepted.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
 
Record
SN00056304-W 20020412/020410213143 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.