Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

66 -- One-year service agreement for Siemens Focus 220 and Focus 120 (two) preclinical Positron Emission Tomography (PET) scanners

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2017-213
 
Archive Date
3/12/2017
 
Point of Contact
Zenab A. Chowdhry, Phone: 3018276909, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov
(zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-213 2. Title: One-year service agreement for Siemens Focus 220 and Focus 120 (two) preclinical Positron Emission Tomography (PET) scanners 3. Classification Code: J066 4. NAICS Code: 811219 5. Description: 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: Animal model plays an important role in the translational research for drug development. The mission of the Molecular Imaging Branch at the National Institute of Mental Health (NIMH) is to develop various imaging probes for the brain to study psychiatric disorders in human. The efficacy of all novel radiotracers will have to be tested in vivo in animals before they can be applied to human. This acquisition will provide preventive maintenance (PM) to Siemens Focus 120 & Focus 220 animal PET scanners, which are used by NIMH to conduct these experiments. Purpose and Objectives: The purpose of this acquisition is to provide NIMH with renewal of a silver service agreement for the Siemens microPET Focus 120 & Focus 220 (two) preclinical scanners at the Molecular Imaging Branch, NIMH. Project requirements: A qualified engineer will service the two Focus preclinical scanners, which includes: (i) Checking the system connection and cover; (ii) Testing the electronic stack, all analog circuit boards and power supply; (iii) Checking all detector blocks and PMT tubes; (iv) Measuring system DC voltage levels which is crucial for accuracy; (v) Checking all cable connections, jumpers and current flow; (vi) Checking all motion unit, including the vertical/horizontal bed movement and rotation of the point source; (vii) Performing a full detector set up and calibration at the end. After completion of the PM services, the engineer will prepare a field service report, sign it and submit it to the contracting officer's representative. Anticipated period of performance and/or delivery date: 03/16/2017 - 03/15/2018 Other important considerations: The agreement will also provide unlimited phone support on both hardware and software upgrades. Should a problem unrelated to PM be detected, NIMH is responsible for the additional cost of repair (parts and labor). However, the contract ensures that the repair to be completed in a timely manner to minimize the impact on research. Reporting Requirements: The engineer is required to provide a summary report after servicing, stating all work completed during the PM. Should a problem arise, Siemens shall provide an estimate of the repair cost (parts and labor) to be approved before proceeding with the repair. After the repair, the engineer shall run all required tests to demonstrate that the instrument is working properly. A summary reported shall be generated which includes identification of the problem, the steps taken to fix it, and all parts and labor involved in the repair. One copy of the report signed by the engineer is required. Travel: The principal place of performance is Building 49, Room B1A67, 49 Convent Drive, Bethesda, MD 20892. Travel for PM is covered by the service agreement. Additional travel due to arising problems will be included in the cost of repair, subjected to approval prior to the work and reimbursed after the work is completed. Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specificed in this notice. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Zenab Chowdhry, Contract Specialist, NIH/NIDA/SSSA at zenab.chowdhry@nih.gov. The response must be received on or before 2/25/2017 at 3:00PM Eastern Time. 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 presolicitation 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/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-2017-213/listing.html)
 
Record
SN04405170-W 20170218/170216234537-e1d3b7be023bda9599dbddb7514c8641 (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  © 1994-2020, Loren Data Corp.