SOURCES SOUGHT
J -- Maintenance Carl Zeiss Microscopes: LSM 710 Scanhead, Scanning Module LSM 700 & Axio Observer Z1 Stand Mot - Statement of Work
- Notice Date
- 12/29/2014
- 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 Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM2015376
- Archive Date
- 1/9/2015
- Point of Contact
- Linda E Smith, Phone: 3018277788
- E-Mail Address
-
linda.smith2@nih.gov
(linda.smith2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. 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; HUB Zone small businesses; service-disabled, veteran -owned small business; 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. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK Acquisitions Branch, Intramural Research Program (IRP) conducts biomedical research and training related to diabetes mellitus; endocrine, bone and metabolic diseases; digestive diseases, including liver diseases and nutritional disorders and kidney, urologic and hematologic diseases. During the course of research all of these departments require advanced fluorescensce microscopy, including confocal and TIRF as the basis of a quantitative assay or to qualitatively complement other assays. The Carl Zeiss LSM 710 Scanhead, Scanning Module LSM 700 and Axio Observer Z1 Stand Mot were purchased to satisfy this need and need to be maintained for continued use. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK Acquisitions Branch is conducting a market survey to determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses or HUB Zone small businesses capable of providing a Maintenance/Service contract for Carl Zeiss Microscope systems: 1) LSM 710 Scanhead S/N2504000141 M206027; 2) Scanning Module LSM 700 S/N:2601000384 M206032 3) Axio Observer Z1 Stand Mot S/N 3834004209 [a) Scanning Stage 130x85 (cat 3834004209) b) TIRF Slider 405-640nm with fibre mot (cat 3834004209) and c) High End Workstation Zeiss 45 A(0) (cat 3838894)] Services to be performed: •Scheduled and Emergency service performed between the hours of 8:00am and 5:00pm Monday through Friday, excluding holidays • All travel charges within the continental U.S.A. • One (1) * preventative maintenance inspection per Service Agreement year • All replacement parts, labor and technician travel • Applications Support/Training • Software updates when available • Factory trained Field Service proposed period of performance shall be 12 months from date of award. Place of Performance: National Institutes of Health, Building 8, 8 Center Drive, Bethesda, Maryland 20892. This service is to be set-up as a single acquisition. Interested firms with the capability of providing the required items/service are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 811219 with a business size standard of $19.0M. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Three (3) copies of the capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business 12:00 P.M. Eastern Standard time on January 8, 2015. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. 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. Information provided will be used to assess trade offs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation. Solicitations resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. 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) Any questions regarding this announcement must be sent via email to Linda.smith2@nih.gov and must include solicitation NIHLM2015376 in the subject line of email. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) [formerly CCR].
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015376/listing.html)
- Place of Performance
- Address: NIH Main Campus, Building 8, 8 Center Drive, Room B123, Bethesda, Maryland, 20817, United States
- Zip Code: 20817
- Zip Code: 20817
- Record
- SN03605323-W 20141231/141229233902-049fdcfd20acf60adf1cacc3fd628b77 (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 |