Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOURCES SOUGHT

J -- Maintenance, repair, and rebuilding of equipment

Notice Date
7/19/2010
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HL)-2010-145-DDC
 
Archive Date
8/8/2010
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The purpose of this SS is to identify qualified small business concerns [including Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB] that are interested in and capable of providing the below Pad Reactor System and accessories. The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this Sources Sought notice or the NHLBI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The NHLBI is seeking capability statements from all eligible small business concerns [particularly Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB)] under the North American Industry Classification System (NAICS) code 811219 with a size standard $7.0 / per annum. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide services as outlined in the Statement of Work. Background Information NHLBI, DIR has numerous microscopes, imaging systems and components purchased from Carl Zeiss MicroImaging, Inc... The Zeiss service plans are necessary for continuation of microscopy in the labs in our Institute. This service plan will maintain image quality from the current Zeiss imaging system, which will allow for continued research productivity from the NHLBI labs. Purpose and Objectives for the Procurement The objective of this procurement is to provide on-site maintenance of Zeiss equipment. This group service plan, covering all of the Zeiss confocal and multi-photon imaging systems purchased in the Division, results in a group discount for each system. Zeiss equipment is proprietary, and any technician must be certified by Zeiss, as they are the only company that can provide the parts which may be needed for replacement of worn/damaged components. The option years are put into place to avoid any lapsed time of the service agreement. None of the instruments can be down for any period of time as usage is high for ongoing experiments within the labs. Contractor Requirements Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services (except as otherwise specified herein) to perform the work set forth below. All work under this contract shall be monitored by the Contracting Officer Technical Representative (COTR). See attached for a list of the equipment: The Contractor shall confirm or demonstrate the operations of the equipment according to the performance specifications. Service shall include the following: •Scheduled and Emergency service performed between the hours of 8:00 a.m. and 5:.00 p.m., Monday through Friday, excluding Carl Zeiss MicroImaging, Inc. holidays; •All travel charges within the continental U.S.A. •One (1) preventive maintenance inspection per Service Agreement per year •Telephone response time to schedule a time and date for the service repair: 4 hours. On-site service typically performed in 24 hours. •All replacement parts, except consumable items, applications support, and software upgrades when available. Work shall be performed by a factory trained representative with documentation certified by Carl Zeiss MicroImaging, Inc. Vendor must show proof of legal access to Zeiss software licenses. Government Responsibilities The NHLBI will make a good faith effort to make The Equipment available and accessible to the Contractor, and to convey diagnostic and error messages to facilitate service. The NHLBI will make a good faith effort to operate the Equipment according to manufacturer specifications. Upon contractor completion of service and/or maintenance, the Project Officer will determine the technical adequacy of the work performed to ensure that contract standards and specifications are met. Reporting Requirements The Contractor shall provide a written summary report of the services provided at the conclusion of each unscheduled visit and each preventive maintenance service rendered. The Service Summary Report shall include a time-to-response, a summary of the problem, a summary of the service(s) performed, and the corrective action taken, a summary of the parts, and a quality assurance statement certifying that the system, referred to as The Equipment, is fully operational. Inspection and Acceptance Operability of The Equipment is to be inspected and approved by the Project Officer upon contractor completion of service and/or maintenance. These inspections will be completed within one (1) business day of service completion. The Project Officer will assure that the Equipment is maintained at Original Equipment Manufacturer (OEM) standards and at a minimum of 95% operating condition. A review of the services provided in the Statement of Work will be conducted annually by the Contracting Officer Technical Representative (COTR). Deliverables A service summary report is due upon completion of each unscheduled service visit and each preventive maintenance service rendered. (Please make sure this statement is correct) Program Management and Control Requirements The Contractor shall submit invoices, on a monthly basis, in accordance with the fixed price specified. The Contracting Officer Technical Representative will certify each monthly invoice to ensure that the amount billed reflects the fixed prices stated in the contract for that time period. Period of performance The proposed period of performance for the service will consist of one twelve month basic contract period, and shall include options to renew for four (4) successive twelve month periods. List of equipment being service General Conditions Investigator Institution Equipment Equipment S/N NIH Decal AIM-LSM Dr. Chris Combs 10 Center Drive MSC 1061 Bldg 10 Room#BID402 (Loc 6N-309 LSM 510 UV W/one Microscope and Meta 2110000219 01355095 AIM-LSM Dr. Chris Combs 10 Center Drive MSC 1061 Bldg 10 Room#BID402 LSM VIS/UV W/One Microscope 2432000101 01655537 AIM-LSM Dr. Xufeng Wu 50 South Drive Building 50 Room # 2523 LSM 510 UV W/one Microscope and Meta 850675 01769289 AIM-LSM Dr. Xufeng Wu 50 South Drive Building 50 Room #2523 LSM VIS W/One Microscope and Confocor 202152 01496166 AIM-LSM Dr. Xufeng Wu 50 South Drive Building 50 Room# 2523 LSM Live Scan 2401000136 01655112 AIM-LSM Jose Martina 50 South Drive Building 50 Room# 3426 LSM Vis 510 W/One Microscope and Meta 2102000210 01574491 AIM-LSM Dr. Robert Balaban 10 Center Drive MSC 1061 Building 10 Room #BID402 LSM VIS/NLO w/One Microscope And Meta 200535 01536237 AIM-LSM Dr. Ephrem Tekle 50 South Drive Building 50 Room# 2127 Pascal W/One Microscope 2432000101 01655537 AIM-LSM Bob Fisher 50 South Drive Building 50 Room# 4534LSM710 W/One Microscope 2502000119 01769186/01769117 Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Deborah Coulter Contract Specialist, at coulterd@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by July 24,7:30 AM, EST. All responses must be received by the specified due date and time in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-145-DDC/listing.html)
 
Place of Performance
Address: Nih, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02210155-W 20100721/100719234614-dd77cc833c96c8e1f62dcc3d9a890bbc (fbodaily.com)
 
Source
FedBizOpps 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.