Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOURCES SOUGHT

J -- Service contract for the maintenance of Leica SP5 Miscroscope

Notice Date
5/22/2015
 
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-SBSS-2015-406
 
Archive Date
6/16/2015
 
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-SBSS-2015-406 Title: Service contract for the maintenance of Leica SP5 Miscroscope Classification Code: J - Maintenance, Repair, & Rebuilding of Equipment NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance Description: This is a Small Business 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 Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Viral Immunology and Intravital Imaging Section owns and utilizes a custom SP5 Dual MP Fixed Stage Tandem Scanner microscope from Leica Microsystems that requires a service a maintenance agreement. Purpose and Objectives: The purpose of this requirement is to obtain Preventative Maintenance for a Leica SP5 Dual MP Fixed Stage Tandem Scanner microscope. Scope of Work: Leica trained technicians will perform the labor and provide OEM parts as necessary to maintain our Leica SP5 microscope. The Leica service contract includes the following features: 1.) Availability of maintenance service for Leica CLSM equipment during normal workdays, Monday through Friday. On-call service performed from 8:00 A.M. to 5:00 P.M.; 2.) All labor and travel expenses associated with repair or replacement of items covered under service contract; 4.) One preventative maintenance inspection per annual maintenance agreement upon request; 5.) Factory trained Service representatives perform axial resolution measurements (using Leica Microsystems supplied objectives) as well as laser power measurements to confirm optimum system performance; 6.) Coverage for HeNe 633, 543, 594, and Ar 458/488/514 lasers; 7.) Toll free, expert engineering and applications support provided; 8.) IR couplings, fibers, NDD Detectors, IR Filter wheel, IR EOM and labor/travel expenses associated with repair and alignment of IR Ready components. IR laser is not covered. Period of Performance Base Year - July 1, 2015 through June 30, 2016 Option Year One - July 1, 2016 through June 30, 2017 Option Year Two - July 1, 2017 through June 30, 2018 Option Year Three - July 1, 2018 through June 30, 2019 Option Year Four - July 1, 2019 through June 30, 2020 Travel Travel to the NIH is the sole responsibility of the contractor. These lasers are located on the NIH campus, Building 10, Room 7C212. 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 June 1, 2015, 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-SBSS-2015-406/listing.html)
 
Place of Performance
Address: National Institutes of Health, Building 10, Room 7C212, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03740483-W 20150524/150522234312-a1df6a61f791cdc0cc5d741237a38703 (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.