Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOURCES SOUGHT

J -- AB Sciex 5800 TOF-TOF Mass Spectrometer Maintenance Support Services

Notice Date
5/18/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-383
 
Archive Date
6/8/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-383 2.Title: AB Sciex 5800 TOF-TOF Mass Spectrometer Maintenance Support Services 3.Classification Code: J - Maintenance, repair and rebuilding of equipment 4.NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment Repair and Maintenance 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: The National Institute of Neurological Disorders and Strokes (NINDS) supports research into the causes, treatment, and prevention of neurological disorders and stroke. This request originates from the NINDS Protein/Peptide Sequencing Facility (PSF). PSF owns and operates the AB Sciex 5800 TOF-TOF Mass Spectrometer to analysis proteins, peptides and small molecules. This instrument is essential to the research community and provides the resources for the NIH Scientific community for the study of proteins/peptides/lipids using MALDI-TOF technique. Purpose and Objectives: The purpose of this acquisition is to procure a service agreement for the AB Sciex 5800 TOF-TOF Mass Spectrometer (Instrument Serial #: BA10160906) that will ensure timely service and maintenance by engineers specially trained for 5800 TOF-TOF instrument. Project requirements: The contractor shall provide service and maintenance for the AB Sciex 5800 TOF-TOF Mass Spectrometer (Instrument Serial #: BA10160906) to ensure maximum performance and operation which includes the 5800 TOF-TOF instrument, the software for data acquisition and data analysis, and the computer. Contractor shall provide the NINDS with the following services: •One annual planned maintenance visit covered by the service contract. The contractor will communicate and visit during scheduled working hours (8am to 6pm EST Monday through Friday). The service contract will include all costs including maintenance kit, labor, travel, and software upgrades. •If additional service visits are necessary, the response time for service visits shall be within 3 workdays. The contractor will maintain an inventory of parts for use in service. In those situations, where the system console is not operational, repair parts will be shipped to the Government by the contactor using overnight carrier services. After repairs are completed, defective components will be returned to the contractor at the expense of the contractor. Contractor shall provide cost estimate to the Government prior to additional service visit authorization. Up to 1 additional service visit shall be authorized per year with a Not-To-Exceed (NTE) value of $7,000.00. •Technical support from field engineers shall be provided Monday through Friday 8am to 6pm EST. This includes phone, email and on-site support for technical issues or any other technical question related to the hardware under the service agreement. Level of Effort: Not applicable Government Responsibilities Government will provide Contractor personnel reasonable access to the Equipment for the required service repair. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. Delivery and Deliverables There are no delivery requirements. Reporting Requirements There are no reporting requirements. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: Base: June 22,2017 through June 21, 2018 Option 1: June 22,2018 through June 21, 2019 Option 2: June 22,2019 through June 21, 2020 Option 3: June 22,2020 through June 21, 2021 Option 4: June 22,2021 through June 21, 2022 Place of Performance: The place of performance shall be at NIH in Bethesda, Maryland 20892. The contractor is required to work on-site. Capability Statement: Contractors that believe that they possess the ability to provide the required Neuropsychology Consulting Support Services should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The information submitted must be in an 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 fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request 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 Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@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. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-383/listing.html)
 
Record
SN04514908-W 20170520/170519000935-c6f9c7e4e1ba5fe14ccd5487081a5e74 (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.