Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
SOURCES SOUGHT

J -- Illumina Equipment Maintenance

Notice Date
11/7/2016
 
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-17-0036
 
Archive Date
11/29/2016
 
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-17-0036 Illumina Equipment Maintenance 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 on Aging owns an Autoloader, cBot, HiSeq 2500, iScan, and Tecan LiHa, each manufactured by Illumina. This equipment is used by the Laboratory of Neurogenetics and requires maintenance to ensure continued full function and continuity of NIA research data. Purpose and Objectives for the Procurement: The purpose of this requirement is to procure maintenance support services for Illumina-manufactured laboratory equipment owned and operated by the National Institute on Aging. Project Requirements: The Contractor shall provide the Government with maintenance and repair support for the following Illumina instruments: 1) Illumina Autoloader- S/N: 11139-894; 2) Illumina cBot S/N: 6001316; 3) Illumina HiSeq 2500 S/N: D00643; 4) Illumina iScan S/N: N0306; and 5) Illumina LiHa S/N: 609000001. Maintenance and repair support shall include all labor, travel, and replacement parts necessary to provide preventative maintenance support, install new instrument software upgrades and train staff in use of the new software, and troubleshoot problems in person and via telephone Monday thru Friday from 9:00 AM to 5:00 PM West Coast time. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. Service technicians shall acknowledge repair requests within 24 business hours, and an on-site visit from a technician shall occur within 72 business hours when on-site visit is required. Reporting Requirements: The Contractor shall provide one report to the Government via email on a quarterly basis which details all maintenance and repair work performed for each instrument during the reporting period. The report shall be due on the last business day of each quarter. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. The purchase order shall include options to extender the term of the contract. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Period of Performance/Delivery Requirements: The required period of performance is December 5, 2016 through December 4, 2017. Place of Performance: The place of performance shall be the Government Laboratory of Neurogenetics site located at 35 Convent Drive, Rooms 1A402, 1A803, and 1A809, Bethesda, MD 20892. Capability Statement: Contractors that believe they possess the ability to provide the required support 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 support services, 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 fixed price-type purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-0036/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04322092-W 20161109/161107234423-563e7af63fe9d72e00459c4f75de6d9b (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.