SOURCES SOUGHT
66 -- NINDS Cell Biology and Biophysics Unit Mosquito Crystallization Robot Service Agreement - Sources Sought 4605956
- Notice Date
- 7/5/2017
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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-SS-17-506
- Archive Date
- 7/27/2017
- Point of Contact
- Danielle R. Brown, Phone: 301 480 2385
- E-Mail Address
-
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought 4605956 - NINDS Cell Biology and Biophysics Unit Mosquito Crystallization Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-506 2. Title: NINDS Cell Biology and Biophysics Unit Mosquito Crystallization Robot Service Agreement 3. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4. Description: 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 all qualified sources to perform a potential requirement. 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 Cell Biology and Biophysics Unit (CBBU) in NINDS conducts structural studies on the microtubule regulating proteins and the defects in this regulation in neurodegenerative disorders. CBU research is aimed at solving the structure of cytoskeleton regulators. Crystallization trials of cytoskeleton regulatory proteins require initial screening of hundreds of crystallographic conditions, usually in the 96 wells plate and each well containing small volume 0.2 microliter crystallization drop, using Mosquito Crystallization Robots. Mosquito Crystallization Robots are a critical component of carrying out the NINDS mission. A service agreement allows for quick repair, if needed and regular maintenance work to ensure continued use of the equipment which is required to perform at peak manufacturer's standards. The CBBU conducts structural studies on microtubule regulating proteins in neurodegenerative disorders and uses the Mosquito Crystallization Robots for this purpose. Purpose and Objectives: The purpose of this acquisition is to acquire a service agreement (maintenance/repairs) for Mosquito Crystallization Robots. Project requirements: Contractor shall provide all labor and replacement parts to maintain operation of the existing Mosquito Crystallization Robots PB1602 and PB1606. Service shall be provided between the hours of 6 am and 6 pm, Bethesda, MD local prevailing time, Monday through Friday, unless indicated otherwise as follows: • Contract shall provide and perform three (3) preventative maintenance inspections during the twelve (12) month period to ensure equipment is fully functioning. • Contractor shall provide daily phone support on recovery procedures, remote access and remote repair or recovery of data within 4 business hours. • Contractor shall provide unlimited original equipment manufacturer (OEM) software updates for Mosquito Crystallization Robots operating system and application software. • The Contractor shall provide unlimited on-site visits for electrical and mechanical repairs and refurbishments and software application updates, inclusive of parts and labor. Contractor shall respond within two business days of notification of required service. • The Contractor shall provide remote application support to assist with any application and assay inquiries via telephone or online support. Anticipated period of performance: The period of performance for this requirement shall be one (1) one-year base period and four (4) one-year option periods as follows: Base Year: September 1, 2017 - August 31, 2018 Option Year 1:September 1, 2018 - August 31, 2019 Option Year 2: September 1, 2019 - August 31, 2020 Option Year 3: September 1, 2020 - August 31, 2021 Option Year 4:September 1, 2021 - August 31, 2022 Other important considerations: The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and maintain the equipment at peak factory performance. Service personnel need to have experience deemed appropriate by the original equipment manufacturer. Service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises. The Contractor will treat all experimental research data and information the NIH as confidential. Capability statement /information sought. Please provide a capability statement, this includes: • Provide evidence the respondent has performed services. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your 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. 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. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. 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 Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Wednesday, July 12, 2017 at 12:00PM, Eastern Standard 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 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/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-17-506/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04567913-W 20170707/170706000228-211b6a937fff8a9b855c859ec021cba6 (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 |