SOURCES SOUGHT
J -- Skyscan 1172 X-Ray Micro-CT Scanner Maintenance Support Services
- Notice Date
- 7/24/2017
- 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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-2017-606
- Archive Date
- 8/12/2017
- 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-SS-2017-606 2.Title: Skyscan 1172 X-Ray Micro-CT Scanner Maintenance Support Services 3.Classification Code: J - Maintenance, repair, & rebuilding of equipment 4.NAICS Code: 811219 Other Electronic and Precision Equipment Repair and Maintenance 5.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 NIH Mouse Imaging Facility (MIF) is a shared, intramural resource for preclinical animal imaging studies. The MIF provides the NIH intramural research community access to modern radiological imaging equipment optimized for rodents and other laboratory animals for noninvasive imaging studies. The MIF provides intellectual, technical and material support for NIH investigators, and resources include: magnetic resonance imaging, micro-computed tomography, high frequency ultrasound with photoacoustic imaging, bioluminescence and fluorescence imaging. The MIF provides state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. Purpose and Objectives: The purpose of this acquisition is to provide the NIH Mouse Imaging Facility (MIF) with hardware and software maintenance support for its Bruker BioSpin Corporation Skyscan 1172 X-Ray Micro-CT Scanner. This equipment is used to acquire three-dimensional radiographic computed tomographic images of excised tissue samples for ongoing preclinical biomedical research studies. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the requirements below. The Contractor shall provide the following support for one (1) Bruker Skyscan 1172 X-ray micro-CT scanner (Serial No. 006-A, NIH Decal No. 01704021) and all its associated system parts (except X-ray source) and software: a.One (1) preventative maintenance and system calibration visit. Contractor will communicate and visit during our scheduled working hours (8am to 6pm EST Monday through Friday). During this PM visit all costs for labor, software upgrades and materials will be free of charge. This onsite engineer visit will include: i. 2-point alignment of X-ray detector and sample stage ii. X-Ray camera geometrical correction iii. Complete X-ray beam realignment iv. X-Ray detector pixel alignment v. X-Ray stage horizontal, vertical, and rotational alignment vi. Bruker SkyScan certified sample phantom for x-ray beam alignment vii. Bruker SkyScan certified sample phantom for multi-scan alignment viii. Secondary 2-point alignment of x-ray detector and sample stage ix. Recalibration of exposure times and new flat fields references saved x. New factory CD files created xi.Level scanner using pneumatic feet (if equipped) xii.X-ray leakage test with Geiger counter to ensure FDA standards xiii.X-ray source diagnostic check to ensure quality and stability xiv.Upgrade of all software to latest Bruker SkyScan versions (across all Bruker SkyScan computers) xv.Dedicated training time to teach components of the new software updates and answer customer questions on the operation of the 1172 CT xvi.Provide fully documented report for documentation and certification xvii.Unlimited repairs of instrument xviii.All repairs performed on-site by Original Equipment Manufacturer (OEM) trained and certified field technicians. b.Optional On-site Engineer Services include: i. Discounted introductory training module for new users (3-day training course) ii.Installation of new hardware purchased (computers, components, accessories) c.Response time for service visit shall be within 3 days of determining that a visit is necessary. The service contract will include parts (except X-ray source), labor and associated travel for applicable coverage. The contractor will maintain an inventory of parts for use in service. In those situations, where the console is not operational, repair parts to will be shipped to the MIF using overnight carrier services. After repairs are completed, defective components will be shipped back at the expense of the contractor. d.All labor shall be included and all parts of the imaging system will be replaced (as needed) free of charge. Replacement parts exclude x-ray source. Replacement parts must be OEM factory reconditioned or new from original equipment manufacturer. e.If replacement parts are required, they will be provided readily without delay on an exchange (refurbished) or new part basis. All parts will be warranted for a reasonable period after installation agreed upon by the Government. Additional materials necessary for engineering changes that are developed and mutually determined to be appropriate for the scanner will be available also. The contractor will be liable for delays in repair due to employee and or administrative issues that will directly or indirectly affect the performance of the MIF Skyscan 1172 X-ray micro-CT scanner. However, this does not include delays due to limited supply of parts. f.Unlimited remote access (phone and email) technical support Monday through Friday 8am to 6pm EST. This includes phone support for technical issues on data acquisition and reconstruction, analysis, 3D reconstructions or any other technical question. Individual Remote Webex Sessions: the ability to connect to Skyscan 1172 instrument and run diagnostics remotely. This powerful tool can be used for application and software questions as well. g.Exclusive access to quarter webinar where the latest features of the CT systems and software are reviewed. h.All available software upgrades will be provided as soon as released, and free of charge. Software defects or other significant problems will be corrected as soon as possible though effective, mutual, communication regarding the steps taken or plan to repair instrument. i.Contractor will support the system in its original configuration unless those changes are made or directed by an OEM representative. j.An Operator's Manual shall be provided for all hardware and software updates with documentation of changes. Anticipated period of performance: Base Year: Aug 15, 2017 - Aug 14, 2018 Option Year 1: Aug 15, 2018 - Aug 14, 2019 Option Year 2: Aug 15, 2019 - Aug 14, 2020 Key Personnel: 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 be certified by the Original Equipment Manufacturer (OEM). Other important considerations: None Capability statement /information sought. Interested parties shall submit a capability response that clearly demonstrates the ability to provide the required services. Responses may include: •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; •information regarding respondents': (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 projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; •general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); 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. 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 Jermaine Duncan at e-mail address Jermaine.Duncan@nih.gov The response must be received on or before 3:00 p.m. on 7/28/2017 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-2017-606/listing.html)
- Record
- SN04592675-W 20170726/170725085240-b511d1536634537e8d04b8d46d1e3ee7 (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 |