Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

J -- Maintenance service for FEI Titan Krios.

Notice Date
5/20/2016
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC62582-61
 
Archive Date
6/18/2016
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB), plans to procure on sole source basis maintenance services for a FEI Titan Krios (serial number D3211) from FEI Company, 5350 N.E Dawson Creek Dr., Hillsboro, OR 97124-5793. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System code is 811219 and the business size standard is $20.5 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance is twelve (12) months from date of award. It has been determined there are no opportunities to acquire green products or services for this procurement. In order to meet NCI's research goals, the Laboratory of Cell Biology requires three important features for a service contract 1) 24 Hour response time to equipment service, if required 2) FEI factory Trained Engineers as this is needed to keep the warranty of the equipment and 3) All available software upgrade and patches. Contractor Requirements are: Contractor shall perform not less than one (1) preventative maintenance inspection(s) during the total contract period of one year. Service shall be performed by factory trained Field Service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. All software updates shall be performed during this check. Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided between 8:00 am and 5:00 pm EST, Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI. The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured to original equipment specifications. The contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. Personnel shall be factory trained and have experience in the servicing the aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. Service shall be performed at the following location: NIH, NCI CCR Laboratory of Cell Biology (LCB) 9000 Rockville Pike Bethesda, MD 20892 This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 11:00 AM EST, on June 3, 2016. All responses and questions must be submitted via email to Kathy Elliott, Contracting Specialist at Elliottk@mail.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. Reference: N02RC62582-61on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62582-61/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04123612-W 20160522/160520233831-48c3ccde0afad5b565c451330394b974 (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.