SOURCES SOUGHT
J -- Service Contract for Amnis ImageStream X flow cytometer
- Notice Date
- 10/6/2014
- 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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2015-006
- Archive Date
- 10/31/2014
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE Solicitation Number:HHS-NIH-NIDA-SSSA-SS-2015-006 Title: Service Contract for Amnis ImageStream X flow cytometer Classification Code: J - Maintenance, Repair, & Rebuilding of Equipment NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance Description: 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: (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: The National Institute of Neurological Disorders and Stroke (NINDS), National Institutes of Health (NIH) mission is to seek fundamental knowledge about the brain and nervous systems and to use that knowledge to reduce the burden of neurological disease. The NINDS Flow Cytometery Core Facility has a need to provide a routine use of ImageStreamX imaging flow cytometry to support over 120 basic and clinical research projects in 45 NINDS and other intramural programs. ImageStream X flow cytometry instrument is a highly complex system combining high-throughput microscopic imaging of cells through a flow cell that requires maintenance and repair only by qualified personnel. The system is currently covered under the existing service maintenance contract, which expires on December 10, 2014. Purpose and Objectives: The purpose of this acquisition is the renewal of a Maintenance Agreement for the ImageStreamX imaging flow cytometer that services a common Flow Cytometry Core Facility used by NINDS and other NIH institutes. Project requirements: The Contractor must be able to provide all labor and replacement parts to maintain normal operation of the existing ImageStreamX flow cytometer (Serial #ISX106) located at the National Institutes of Health, 49 Convent Drive, Building 49, Room 2B-63, Bethesda, MD 20892. Specific items supported are as follows: Item #Description 600101ImageStream X, sn:ISX 106 602100Data Analysis Workstation 602120405 nm Laser 602130658 nm Laser 602170Full Bright Field 60218012 Imaging Channels Service will be provided Monday through Friday, excluding Federal holidays. The contractor shall provide: 1.The Contractor shall perform two Preventative Maintenance Inspections during the twelve month period. The first will be performed during March 2015 and the second will be performed during September 2015. Preventative Maintenance will be performed by an Amnis/EMD Millipore certified service technician. Service will include installation of hardware upgrades, calibration of the flow cytometer, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. 2.The contractor shall provide phone support from a certified technician within one (1) business day and on-sire service within three (3) business days after it is determined that the problem cannot be resolved through phone support. 3.Emergency Service: Time to arrive on site remains the same as for Service. Time to complete service: Discussion regarding require labor, parts, and cost will be the basis for mutual agreement of the parties to set a firm completion date of the timeframe exceeds four (4) weeks. 4.Replacement Parts: Contractor shall furnish all required Amnis/EMD Millipore certified replacement parts at no additional cost to the Government. 5.Software Updates/Service: Contractor will provide free of charge any revisions to Amnis/EMD millipre IDEAS and INSPIRE image analysis and acquisition software during the Agreement term. 6.Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. 7.Personnel Qualifications: Service personnel must have the experience deemed appropriate by Amnis/EMD Millipore. 8.Place of Performance: Initial assessment of repair needs and any service that can be performed in-house will be done on-site at the NIH campus. Anticipated period of performance: December 11, 2014 - December 10, 2015 with four (4) option years. Option Year 1: December 11, 2015 - December 10, 2016 Option Year 2: December 11, 2016 - December 10, 2017 Option Year 3: December 11, 2017 - December 10, 2018 Option Year 4: December 11, 2018 - December 10, 2019 Government Responsibilities: The Government will provide Contractor personnel reasonable access to the Equipment whenever Service is required. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment Contractor personnel reasonably deem necessary to perform the services. Capability statement /information sought: The respondent's response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The respondent must also provide their DUNS number, organization name, 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. The information submitted must be must be in an 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 fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondent's technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically (facsimile responses are NOT accepted ) to: Andriani Buck Contract Specialist NIH/NIDA/SSSA Andriani.buck@nih.gov The response must be received on or before October 16, 2014, 8:00 AM (EST). 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2015-006/listing.html)
- Place of Performance
- Address: National Institutes of Health, 49 Convent Drive, Building 49, Room 2B-63, Bethesda, Maryland, United States
- Record
- SN03543586-W 20141008/141006234357-b3f28735706ae3b017733419e6063c5a (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 |