SOURCES SOUGHT
J -- Maintenance Support Services for LSRII Flow Cytometer
- Notice Date
- 11/2/2016
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-SBSS-17-031
- Archive Date
- 11/23/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3014802453
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-17-031 Maintenance Support Services for LSRII Flow Cytometer 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 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. Background: The Viral Immunology and Intravital Imaging Section (VIIIS) of NINDS studies inflammatory diseases processes in the brain induced by injury or infection. As part of this research, the laboratory monitors and quantifies expression of inflammatory biomolecules on cells extracted from various tissues including brain, spleen, lymph nodes, blood, liver, etc. This type of analysis provides a signature of the inflammatory disease process underway and aids in the evaluation of therapeutic interventions. The VIIS owns a BD Biosciences LSR II which is critical to these ends and this instrument requires regular maintenance support services to ensure full function for continuity of scientific research data. Purpose and Objectives for the Procurement: The purpose of the acquisition is to procure a service agreement (maintenance and repair support) for a BD Biosciences LSR II Flow Cytometer [Equipment No. 01719690, Serial No: H47100213] in the NINDS Viral Immunology and Intravital Imaging Section. Project Requirements: The Contractor shall provide all labor and replacement parts to maintain normal operation of the BD Biosciences LSR II Flow Cytometer owned and operated by the NINDS VIIS [Equipment No. 01719690, Serial No: H47100213]. Service shall be provided between the hours of 6 am and 6 pm, Bethesda, MD local prevailing time, Monday through Friday, unless indicated otherwise, as follows: •Contractor shall perform one (1) Preventive Maintenance Inspection during each contract period. Preventive Maintenance must be performed by an Original Equipment Manufacturer (OEM)-certified service technician. Service must include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of worn items, and overall inspection of the instrument to ensure that it is operating at peak efficiency and reliability. •Contractor shall provide telephone support from an OEM-certified technician with response within 1 business day to resolve any equipment problem (s). If it is determined the problem(s) cannot be resolved through phone support, on-site service shall be provided by a certified technician within 3 business days thereafter. •Contractor shall furnish all required BD Biosciences certified replacement parts necessary for this requirement to the Government. All parts supplied shall be warranted against defects in material and workmanship under the duration of the contract period of performance. •Contractor will provide to the Government any revisions or updates to BD Biosciences software for the LSR II Flow Cytometer during the contract term. Technician Qualifications The Contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and maintain the equipment at peak factory performance. Service personnel must be certified by the Original Equipment Manufacturer, BD Biosciences. Government Responsibilities The Government will provide Contractor personnel reasonable access to the Equipment for the required service repair support. Non-Personnel Services and Inherently Government Functions In accordance with FAR 37.104, this requirement is for non-personal services and does not include any inherently governmental functions; functions that are closely associated with inherently governmental functions; unauthorized personal services; critical and/or core functions. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirement: The Contractor shall provide maintenance support services for a base period and two subsequent option periods as follows: December 1, 2016 - November 30, 2017 (Base Year) December 1, 2017 - November 30, 2018 (Option 1) December 1, 2018 - November 30, 2019 (Option 2) December 1, 2019 - November 30, 2020 (Option 3) Place of Performance: The place of performance shall be the NIH Main Campus, 10 Center Drive, Building 10, Bethesda, MD 20892. Capability Statement: Contractors that believe they possess the ability to provide the required services 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, 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-17-031/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04318705-W 20161104/161102234527-bf27c0e4e4a865399be9ebb6d1179258 (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 |