Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

J -- Preventive Maintenance Service on Bio-Rad S3 cell sorter for the National Institute of Aging (NIA)

Notice Date
2/11/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2016-110
 
Archive Date
3/8/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION 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 the availability and capability of all qualified sources to perform a potential requirement. 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. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. BACKGROUND The subject potential requirement consists of service maintenance on existing government-owned laboratory equipment manufactured by and previously purchased from Bio-Rad Laboratories, Inc. The required service includes coverage on a Bio-Rad S3 Cell Sorter Dual Laser System owned and operated by the National Institute on Aging (NIA), Intramural Research Program (IRP), Flow Cytometry Shared Resource Laboratory. Subject equipment is located in a federally leased building at the Biomedical Research Center (BRC) on the Johns Hopkins Bayview Medical Campus at 251 Bayview Blvd, Baltimore, MD 21225. The new service agreement shall be carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. Flow Cytometry is a technology which allows for rapid multiparameter analysis of single cells that have been labeled with fluorescent probes. Single cells in suspension are typically passed by a laser beam(s) at rates ranging from 100-5,000 cells per second. Fluorescence emissions and light scatter signals are directed by optical dichroic mirrors and filters and collected in photomultiplier (PMT) photodetectors and subsequently converted to electronic signals. Measurements of immunofluorescence and DNA content are among the most widely used applications, however, the list of applications including those used for assessing functional properties of cells continues to grow on nearly a daily basis. The recent development of assays used to simultaneously assess cell cycle properties and apoptosis are examples of the current use of FCM. Applications related to clinical uses of flow cytometry are expanding at a rapid rate as well. PROJECT REQUIREMENTS This Sources Sought notice seeks responses from qualified sources that are capable of providing the following salient service requirements of this potential government requirement deemed as the essential features needing to be achieved. Certified factory-trained OEM technicians shall perform onsite preventive and regular onsite and remote maintenance on the S3 Cell Sorter on the S3 cell sorter from 8:00 am - 5:00 pm Monday through Friday, excluding Federal holidays. Requirements include: instrument software revisions; preventative maintenance inspections including one (1) planned PM per year; technical telephone consulting available during normal business hours; and unlimited on-site service requests. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Information system security requirements apply for HHS-Controlled Facilities and Information Systems Security Level 1: Non-Sensitive requirement. Service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, diagnostics software license and service documentation, customer engineer training, and preferred labor rate. The anticipated period of performance is April 1, 2016 through March 30, 2017 with the option to exercise four (4) additional subsequent one year periods of performance. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' 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 to the Contract Specialist identified in this announcement. Facsimile responses will NOT be accepted. The response must be submitted to Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before February 22, 2016 at 4:00 pm, Eastern Time. CONCLUDING STATEMENTS 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 pre-solicitation 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-2016-110/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, United States
 
Record
SN04018625-W 20160213/160211235117-406f4fe492e0f0a0f8327b60e2fb6afb (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  © 1994-2020, Loren Data Corp.