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
SOURCES SOUGHT

66 -- Brand Name or Equal STACIS iX Laser Table-Bases

Notice Date
5/20/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-SBSS-16-376
 
Archive Date
6/11/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-376 Brand Name or Equal STACIS iX Laser Table-Bases Contracting Office Address: 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, MD 20892, UNITED STATES. 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: (1) the availability and capability of qualified large business and small business sources, (2) whether they small businesses 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) large and small business 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) Cell Biology and Biophysics Unit (CBBU) is studying the ways in which microtubules provide structural support and form a complex and dynamic intracellular "highway" delivering molecular cargo from one end of a cell to another. Given continually changing cell physiology, this delivery system undergoes constant remodeling as cargo is transported to different destinations with high temporal and spatial accuracy. Failures in this highly coordinated transport system lead to disease and mutations in genes that encode microtubule dynamics regulators have been implicated in neurodegeneration, cardiovascular disease, cancers and viral infections. The NINDS CBBU is working to analyze and examine these intracellular highways towards improving treatments available to patients and laser tables are used for this purpose. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure two (2) Technical Manufacturing Corporation (TMC) Brand STACIS iX Laser Tables OR EQUAL to eliminate the vibration and distortion of inverted laser microscopes used by researchers to analyze and examine intracellular highways. Project Requirements: The Contractor shall provide the NINDS Cell Biology and Biophysics Unit (CBBU) with two (2) TMC-Brand STACIS iX Laser Table-Base OR EQUAL. The brand-name or equal instrument requirements are as follows: 1.The equipment must have piezoelectric, active vibration cancellation technology. One table's dimensions must not exceed 6'x8'x18", while the other must not exceed 4'x6'x18"due to microscope lab space requirements. 2.The equipment must have a digital controller with menu driven interface and LCD display. 3.The equipment must have dampeners for pneumatic isolators for settling stability and isolation starting at 0.6Hz. 4.The equipment must have a spill-proof, clean, precise, and corrosion resistant optical table top that must not exceed 6'x8'x18". The table must include individual sealed holes, with non-load-bearing cups and adjust for +.005" sensitivity. 5.The equipment must have at least a 3/16" thick ferromagnetic stainless steel top plate, matted finish with dovetail stitch. The ¼-20 countersunk and tapped holes @1" o.c. array, with a honeycomb core that has a minimum of.49" 2 cell size and research grade maximum damping. 6.The contractor shall provide a certified original equipment manufacturer service (OEM) service technician for Laser Table Base system Initialization, Optimization and Certification (IOC) on site for at least three (3) days. The OEM service technician must be onsite to supervise the equipment move in and assembly that will be performed by a qualified rigging team provided by the Government. The equipment must be installed and loaded prior to arrival of the service technician. 7.The Contractor shall provide installation assistance, load distribution adjustments, isolator cables connection and controller installation for all equipment. The Contractor shall be responsible for delivery costs. Warranty Requirements The Contractor shall provide a one (1) year warranty on all equipment from date of installation. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. The Contractor shall provide an OEM technician to perform all repairs during the warranty period. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: The Contractor shall deliver and assist in the installation of all equipment within ten (10) weeks after receipt of order. Delivery must be FOB destination and include inside installation. The equipment shall be installed during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform on-site delivery, setup, installation and calibration (e.g. sensitivity adjustments). All services shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Government will provide the Contractor rigging services to assist with equipment installation. Place of Performance: The place of performance shall be the National Institutes of Health, NINDS, CBBU, 35 Convent Drive, Bethesda, MD 20892. Capability Statement: Contractors that believe they possess the ability to provide the required equipment, warranty, and installation should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment and warranty 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-376/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04124564-W 20160522/160520234701-b9d85b63c4e31b1a8f89258e2953e9de (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.