SOURCES SOUGHT
J -- Service Contract for a Magnetic Resonance Imaging System Cyrocooler in the NIH Mouse Imaging Facility (MIF)
- 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-2017-461A
- Archive Date
- 8/15/2017
- 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-2017-461A 2.Title: Maintenance Services for Bruker 9.4 Tesla superconducting MRI magnet cryocooler. 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 dedicated to providing state-of-the-art anatomical, functional and molecular MRI capabilities in both animal and human models. The proposed systems services will ensure MIF's optimum capabilities. Furthermore, when necessary, it will also allow required upgrades for the next generation of MRI experiments in animals, which will, adequately, interface other techniques, such as electrical recording, image guided surgery and hybrid imaging techniques. A service contract for hardware and software maintenance on the magnetic resonance imaging (MRI) systems (Bruker 9.4 Tesla superconducting MRI magnet cryocooler), which are used for magnetic resonance imaging and spectroscopy experiments in animals. Purpose and Objectives: The purpose of this acquisition is to acquire a service agreement (maintenance/repairs) for a Bruker 9.4 Tesla superconducting MRI magnet cryocooler. (System ID 10056259). Project requirements: Contractor shall provide all labor and replacement parts to maintain normal operation of the existing Bruker 9.4 Tesla superconducting MRI magnet and cryocooler. 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: •Contractor shall perform at least one cold head service for this system. The service will include the required magnet de-energizing and re-energizing and any required cryogens. Following the service, the magnet must meet the manufacturer's specifications for field, homogeneity, and drift. •Contractor shall provide phone support from an original equipment manufacturer (OEM) certified technician within 1 business day to resolve any equipment problem (s). After it has been determined the problem(s) cannot be resolved through phone support, on-site service shall be provided by a certified technician within 3 business days. •Contract shall provide emergency service. Time to arrive on site remains the same as for Service, however, completion will be based upon mutual agreement of the parties to set a firm completion date if the timeframe exceeds 4 weeks and discussions on labor, parts and cost. Contractor must respond within 2 business days for emergency service. •Contractor shall furnish all required OEM certified replacement parts at no additional cost to the Government. Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. This service agreement does not replace or alter new equipment warranties as given to the NINDS. Anticipated period of performance: The period of performance is as follows: September 1, 2017 through August 31, 2018 (base) September 1, 2018 through August 31, 2019 (Option 1) September 1, 2019 through August 31, 2020 (Option 2) September 1, 2020 through August 31, 2021 (Option 3) September 1, 2021 through August 31, 2022 (Option 4) 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 4:30 p.m. on 7/31/2017 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-2017-461A/listing.html)
- Record
- SN04592783-W 20170726/170725085348-87f31cb377bf940cc8985d3b4afc2f3e (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 |