Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 30, 2017 FBO #5851
SOURCES SOUGHT

J -- Preventative Maintenance Agreement for Zeiss Axio Imager M2 with Apotome

Notice Date
11/28/2017
 
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-SBSS-18-18
 
Archive Date
12/20/2017
 
Point of Contact
Sneha V Singh, Phone: 3014802443
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA- SBSS-18-018 Title: Preventative Maintenance Agreement for Zeiss Axio Imager M2 with Apotome Classification Code: J066 - Maintenance of Equipment NAICS Code: 811219 - Other Electronic and Precision 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 Stroke (NINDS) require a service agreement for the maintenance and repairs of a Zeiss Axio Imager M2 with Apotome (serial number 3525002300). Project requirements: Contractor shall provide all labor and replacement parts to maintain normal operation of the existing Zeiss Axio Imager M2 with Apotome. 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 one (1) Preventive Maintenance Inspection during the twelve month period. It will be performed 180 days after award. Preventive Maintenance will be performed by a Zeiss-certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. • Contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. • 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 shall furnish all required Zeiss certified replacement parts at no additional cost to the Government. • Contractor will provide any revisions to Zeiss software during the Agreement term for no additional fee. • 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. The service agreement does not replace or alter new equipment warranties as given to the NINDS DMPU Unit. LEVEL OF EFFORT: All Field Service Engineers shall have completed the required training and be certified by the manufacturer. Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. Contractor must be an Authorized Service Provider of the Zeiss Axio Imager M2 with Apotome equipment that provides an OEM Service Technician and Certified Parts. Anticipated period of performance: Base period: 12/24/2017-12/23/2018 Option Year 1: 12/24/2018-12/23/2019 Option Year 2: 12/24/2019-12/23/2020 Option Year 3: 12/242020-12/23/2021 Option Year 4: 12/24/2021-12/23/2022 The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program such as: • 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; 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 Specialists and Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Sources Sought Notice must be submitted to Sneha Singh, Contract Specialist, via email at sneha.singh@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. 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-SBSS-18-18/listing.html)
 
Record
SN04749874-W 20171130/171128231011-9613e452cf291a6a94fa9a5acecf24d8 (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.