Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOLICITATION NOTICE

65 -- Service Protection Plan for Six IVIS Lumina Optical Imaging Systems

Notice Date
5/9/2017
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72576-36(A)
 
Archive Date
6/7/2017
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Short Title: Service Protection Plan for Six IVIS Lumina Optical Imaging Systems Document Type: Pre-solicitation Notice Solicitation Number: N02RC72576-36(A) Posted Date: 5/9/2017 Response Date: 5/23/2017 Classification Code: 65 - Medical and Surgical Instruments Equipment and Supplies NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description Animal optical imaging systems are a programmatic resource for the Center for Cancer Research (CCR), National Cancer Institute. CCR is responsible for the maintenance of the six IVIS optical imagers. CCR provides live animal imaging services to the investigators at NCI. Due to the nature and complexity of the instruments, only manufacturer certified representatives can perform maintenance on these instruments. Contractor will complete the following tasks: 1. Preventive Maintenance - The contractor shall perform one preventive maintenance and diagnostic inspection during the agreement period. Service shall be performed by trained, technically qualified personnel. 2. Maintenance - The contractor shall provide labor, replacement parts, and travel expenses associated with providing the unlimited repair service at the NIH site. Service shall be performed by trained, technically qualified personnel. 3. Emergency Service - Emergency repair services shall be provided within a 48-72-hour on-site response time, and a phone response shall occur in less than 4 hours. 4. Replacement Parts - The contractor shall provide all required replacement parts at no additional cost to the Government for the coverage period. 5. Service Exclusions - The contractor shall not be responsible for consumable items. Limited-life products such as syringes, valves, and seals, have limited coverage. The contractor must meet the following qualifications: 1. All maintenance services shall be performed by manufacturer certified representatives. 2. Supervision is required for access to the facility location for each system. Period of Performance: Base Year: 7/01/2017 - 6/30/2018 Option Year 1: 7/01/2018 - 6/30/2019 Option Year 2: 7/01/2019 - 6/30/2020 Option Year 3: 7/01/2020 - 6/30/2021 Option Year 4: 7/01/2021 - 6/30/2022 This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20,500,000. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract with four option periods. It has been determined there are no opportunities to acquire green products or services for this procurement. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM EST, on May 23, 2017. All responses and questions must be in writing and faxed 240-276-5401 or emailed to David Romley, Contract Specialist OR via electronic mail at david.romley@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: N02RC72576-36(A) on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72576-36(A)/listing.html)
 
Record
SN04501388-W 20170511/170509235132-20c760c136d32776d9da2432ec5cf460 (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.