SOURCES SOUGHT
J -- Annual Maintenance service on Scanhead LSM 710 confocal microscope
- Notice Date
- 1/2/2018
- 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-2018-059
- Archive Date
- 1/27/2018
- Point of Contact
- Hunter A Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought (SBSS) 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 and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. BACKGROUND The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules and develop novel disease models for application against a wide range of human diseases. The discovery of probe molecules and development of human disease models that could serve as starting points for therapeutics is of great interest within NCATS. NCATS started several projects developing tissues of human disease models using 3D bioprinting technology. As a tool for validation of 3D microstructure, NCATS purchased a Zeiss confocal microscope (S/N 2502000760) to utilize. The Zeiss confocal microscope has provided high quality of images for optimization of bioprinting process, validation, and quality controls for insight on efficacy across many types of engineered tissues and will help progress and provide critical scientific guidance on projects performed by NCATS. PURPOSE AND OBJECTIVES The purpose of this potential requirement is to obtain annual maintenance service on the subject Scanhead LSM 770 confocal microscope manufactured and previously purchased from Carl Zeiss Microscopy from an authorized service provider by OEM-certified technicians. The NCGC operates the Scanhead LSM 770 confocal microscope (S/N 2502000760) at 9800 Medical Center Drive, Rockville, MD 20850 and has provided high quality of images for optimization of bioprinting process, validation, and quality control measures. PROJECT REQUIREMENTS This Sources Sought notice seeks responses from qualified sources that are capable of providing the following salient service requirements of this potential government requirement deemed as the essential features needing to be achieved. Offerors to this Sources Sought notice shall possess the capability of an authorized service provider to provide certified factory-trained Original Equipment Manufacturers (OEM) technicians to perform maintenance on the subject Scanhead LSM 770 confocal microscope (S/N 2502000760) as described in the following work for this potential requirement. Subject equipment requires contractor to provide the following general requirements: Hardware Preventative maintenance inspections, including two (2) planned PMs per year carried out by factory certified and authorized service technicians. Hardware preventative maintenance services include checking all wear and tear parts, checking that all safety features are operating as intended, checking function, alignment and calibration of robots, conveyors and carousels and checking spare parts stock levels against recommended lists. Software preventive maintenance including periodic updates to most current versions of software and firmware, updates and installation to the system software and firmware free of charge when they become available as applicable, to include Assessing and upgrading the system software for the removal of ‘bugs', Assessing the suitability of configuration data for the use being made of the system, Performing checks on operating and network system parameters for efficient function, Assessing workstation PC's hard disk usage. Operations Support to include providing assistance to answer questions and resolve problems using methods for advising, helping and assisting operators and supervisors in the day-to-day use of the system and in maintaining the system and to assist in all aspects of the system where possible. Hardware Support to include providing access to Zeiss hardware engineers for advice, help and assistance during core hours 8am to 5pm Eastern time. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Maintenance service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, diagnostics software license and service documentation, customer engineer training, and preferred labor rate. Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC. The service technician is to present a service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. A detailed written report of any service and\or preventative maintenance shall be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being performed. Period of Performance The anticipated Peroid of Performance of this potential requirement is for one (1) base year and two (2) additional one-year optional performance periods to become effective on March 1, 2018 through February 28, 2019 for a total duration of three (3) years inclusive of base and all optional periods of performance. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide clear and convincing evidence of possessing the knowedge, skills, abilities and experience to successfully perform the requirements described in this announcement. Detailed past experience in implementing similar requirements to the requirement described in this announcement must be clearly delineated in any response provided. Respondents must provide clear and convincing documentation of their capability in providing analytical quality control and any other requirements and services specified in this notice. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient detail of the 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 response is limited to ten (10) pages. The 10-page limit does not include the cover page, executive summary, CV's or references, if requested. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. 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 reference the solicitation number and be submitted to Mr. Hunter Tjugum at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov prior to the closing date specified in this announcement. The response must be received on or before the closting date/time specified in this announcement. CONCLUDING STATEMENTS 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-SBSS-2018-059/listing.html)
- Record
- SN04778866-W 20180104/180102230550-cfd643794700997805bf01dd97b0764b (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 |