Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2003 FBO #0426
SOLICITATION NOTICE

J -- Maintenance Agreement: MicroCAT II Systems

Notice Date
1/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-30023-NG
 
Archive Date
3/1/2003
 
Point of Contact
Malinda Holdcraft, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
holdcram@exchange.nih.gov, cr214i@nih.gov
 
Description
The National Institute of Neurological Disorders and Stroke (NINDS), Mouse Imaging Facility (MIF), plans to procure services with Imtek, Inc., 3200 Mynatt Avenue, Knoxville, TN, 37919 for a one-year plus two option period maintenance/extended warranty service for two MIF MicroCATII, micro computed tomography systems. The North American Industry Classification System code is 811310 and the business size standard is $6M. The MIF is a shared resource that provides state-of-the-art facilities for research in development and application of magnetic resonance imaging (MRI) and magnetic resonance spectroscopy (MRS) and other imaging technologies. The facility resources are accessible to all investigators at NIH. Further, MIF provides technical and material support for research activities conducted within the In Vivo NMR Research Center. Preventative Maintenance: Contractor shall perform one preventive maintenance inspection (PMI) during the contract period. All parts, labor, and travel expenses required to keep instrument functioning properly shall be included. Service shall be performed by technically qualified factory trained personnel. Service consists of recalibration of the system, lubrication of motion stages, testing of all safety interlocks, and inspection and replacement, if needed, of all other components in the system in accordance with the manufacturers latest established service procedures. All equipment shall be operationally tested through at least one complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government. Emergency Services: Emergency service shall be provided during normal working hours, Monday through Friday, excluding Federal holidays. Upon receipt of notice that nay part of the equipment is not functioning properly, the Contractor shall contact the Government within forty-eight (48) hours. Emergency service calls shall not replace the necessity for scheduled PMI's. Personnel: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of Micro CATII as covered by this contract. All primary service personnel shall have at least one backup support and have at least the same level of expertise on the equipment covered by this contract. Period of Performance: Base year, upon award through 12 months; Option year 1 and 2 shall be for 12 months. FAR Clause 52.217-8 "Option to Extend Services" (November 1999) and FAR Clause 52.217-9 "Option to Extend the Term of the Contract" (March 2000) applies. The software of the MicroCATII is proprietary to Imtek, Inc. As a result, Imtex is the only vendor that has expertise and experience in the technical maintenance in upgrading of the systems computer and software. Furthermore, it is the only known source for upgrades to the aforementioned systems. Imtex, Inc., is the only source known to NINDS that can provide these services to the tomography system as well as computer maintenance and upgrades. This is not a request for competitive quotation. However, if any interested party believes it can perform the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow NINDS to determine if the party can perform this requirement. Capability statement must be received in the contracting office by 1:00 PM EST, (local Washington DC time), on February 14, 2003. If you have questions, please contact Malinda Holdcraft, Purchasing Agent via fax 301-402-4509 or via electronic mail at holdcram@exchange.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. No faxed copies of capability statements or electronic capability statements will be accepted. All capability statements, one original and two copies must sent to NIH/NCI/RCB, Malinda Holdcraft, 6120 Executive Blvd. Room 6072, Rockville, Maryland 20852.
 
Place of Performance
Address: NIH/NINDS, 9000 Rockville Pike, Bethesda,MD 20892
Zip Code: 20892
Country: USA
 
Record
SN00249517-W 20030201/030130213217 (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.