Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SOURCES SOUGHT

J -- Sources Sought

Notice Date
12/19/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
AMD-SS17-13
 
Archive Date
1/20/2017
 
Point of Contact
Lynda M Horton, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Lynda.Horton@nist.gov, patrick.staines@nist.gov
(Lynda.Horton@nist.gov, patrick.staines@nist.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 qualified business sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 811219, with a small business size of 20.5 million. Please include your company's size classification and socio-economic status in any response to this notice. NOTE: This notice is strictly for obtaining Market Research. There will be no Question & Answer period under this Sources Sought Notice. BACKGROUND/PURPOSE NIST conducts a program aimed at developing standards for quantitative nuclear medicine imaging. One of the cornerstones of this program is a Philips Gemini TF 16-slice PET-CT scanner that was purchased with funds from the American Recovery and Reinvestment Act (ARRA) in 2009. The scanner and its associated components are used in the development of National standards and have been thoroughly studied and characterized for this purpose. The system requires an exceptionally high degree of reliability to continue in this capacity. The system suffered a catastrophic failure of the x-ray tube and heat exchanger system in September 2016 and requires replacement of both components. The system was under a comprehensive preventative maintenance and repair plan from the time of installation until April 2015 by the manufacturer. The Government wishes to once again place the system under a maintenance and repair plan following the repairs to the components identified above. The purpose of the first item in this procurement is to repair the PET-CT scanner and return it to previous, normal operating status. The purpose of the second part is to provide a service and repair agreement for the PET-CT scanner installed at NIST to ensure its continued operation. CONTRACTOR REQUIREMENTS • The repair work must be completed prior to the start of the maintenance program and will consist of diagnosing, replacing, and testing the x-ray tube, heat exchanger, and associated components on the PET-CT scanner. • Requirements of the service plan, include but not limited to, the following: o Scheduling of repair work within, at most, 48 hours of service call; availability of parts that are required for repairs within 48 hours of placement of order by service engineer o All labor and travel during standard hours of coverage - Mon-Fri 8am - 5pm Eastern time zone, excluding holidays o Two-hour initial response from time of service call placed by NIST, with twenty-four-hour on-site response from time of service call placed by NIST. o At least 98% Uptime Guarantee o Replacement of all parts that fail during normal use. (Excluding consumables) All replacement parts must be manufactured by the OEM. o Parts Delivery 10:30AM Next Day. o Equipment Planned Maintenance services per Philips manufacturer specifications performed during standard hours of coverage. o Must include proprietary operating system software enhancements without hardware changes (excludes software upgrades). o Unlimited Technical Services (24x7) & Clinical Applications Telephone Support (Mon-Fri 8am - 5pm local time) o Reports: Service history, Preventive maintenance log is only accessible within the system itself due to proprietary information. • All parts must be new and supplied by the original scanner manufacturer (Philips) and installed by authorized Philips engineers • All service engineers must be Philips employees or have Phillips Authorized Access (proof must be provided) in order for the Government to comply with nondisclosure and system access control requirements, indicated as the "software and documents on this system are proprietary to Philips Medical Systems. Only licensees of Philips Medical Systems have the right of access to this system and information contained herein". • All Field Service Engineers sent to NIST for service calls must be US citizens or green card holders in order to access the NIST site. • All Field Service Engineers sent to NIST must agree to obey all NIST safety regulations, especially as related to ionizing radiation. RESPONSE INFORMATION In order for a contractor to clearly convey their capability to fulfill the above-identified need, they MUST SUBMIT the following information. It is preferred that Capability Statements address each of the components in the order in which they are listed below. Please provide information regarding the following: 1. Companies that can provide a Maintenance Plan with the aforementioned requirements and perform the necessary repairs must submit a detailed capability statement, addressing all of the specifications discussed above, in an organized format (preferably in the same order as listed above) that allows for a direct correlation to the requested information. 2. Indication of number of days, after receipt of order that is typical for delivery of such systems. 3. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. 4. The contractor must describe the length of its warranty and what is included in the warranty. The contractor needs to describe if they offer an extended warranty option and what it includes. 5. The contractor needs to specifically describe its maintenance and support strategy and warranty terms for any components or sub-systems, including those that are manufactured by a third-party contractor. If maintenance or support is needed, the contractor needs to discuss if various parts of the system will need to be shipped out or if a technician will travel to NIST. 6. The contractor shall indicate how long it would take to manufacture the light source based on the specifications identified in this sources sought notice as well as indicate time frames for delivery. Each response shall include the following Business Information: 1. Name of the company that manufactures the system components for which specifications are provided 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 4. Business size for NAICS 811219 and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Contractor Information Pages). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM), at www.samgov) to be considered as potential sources. 6. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. SUBMISSION INFORMATION Responses must be submitted no later than January 5, 2016 at 11:00AM, EST. Capability statements will not be returned and will not be accepted after the due date. GENERAL INFORMATION As previously stated, the Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the following: Contracting Officer: Lynda Horton Email Address: Lynda.Horton@nist.gov Phone: 301-975-3725 "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/DOC/NIST/AcAsD/AMD-SS17-13/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Giathersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN04355106-W 20161221/161219234432-b42f66f5364fe1a4b158d0cc53d433ab (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.