Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOURCES SOUGHT

J -- Quantstudio 6 Flex Service

Notice Date
7/18/2018
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-NINDS-SBSS-2018-5021870
 
Archive Date
8/7/2018
 
Point of Contact
Danny Cohn, Phone: 3014027111
 
E-Mail Address
danny.cohn@nih.gov
(danny.cohn@nih.gov)
 
Small Business Set-Aside
N/A
 
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 SNB Lab owns a Quantstudio 6 Flex machine which is used in many protocols for testing gene expression under different drug treatments. This machine is very sensitive and requires routine maintenance, preventive maintenance, and any required service from certified technicians to prevent the warranty from being voided. Purpose and Objectives: The contractor shall provide repair service and preventive maintenance and calibration with temperature verification for the Quantstudio 6 Flex machine in the Surgical Neurology Branch (SNB) lab. Project requirements: The Contractor must be an authorized provider for support services for one (1) QuantStudio6 Flex (s/n 278861374) and provide the AB Assurance Plan for maintaining, testing, and repairing the Quantstudio 6 Flex so as to not void the existing warranty on the machine. The machine must give consistent results. The support services must include: a). Contractor shall provide one (1) annual on-site proactive preventive maintenance per contract period at government's request to keep instrument's peak operation for sensitive, high-precision analysis. This PM also includes 384w block calibration and temperature verification. b). Contractor shall provide one (1) 6 month calibration service on 384w block per performance period. c). Contractor shall provide highest priority Remote Service Center support of technical phone support and remote instrument monitoring and diagnostics. d). Contractor shall provide two day on-site response to on-demand on-site repair visit inclusive of travel, labor and factory-certified replacement parts required to repair QuantStudio6 Flex instrument. e). Contractor shall provide certified OEM engineers to perform all on-site and telephone or email services. f). Contractor shall provide software update, maintain the computer, which may mean repair or replacement. Anticipated period of performance: August 22, 2018 through August 21, 2019 (Base) August 22, 2019 through August 21, 2020 (Option 1) August 22, 2020 through August 21, 2021 (Option 2) August 22, 2021 through August 21, 2022 (Option 3) August 22, 2022 through August 21, 2023 (Option 4) Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized provider of the services. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other 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. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable. Submission Instructions: 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 Danny Cohn, Contract Specialist, at danny.cohn@nih.gov. The response must be received on or before 7/23/2018 at 11:00 am 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-NINDS-SBSS-2018-5021870/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Institute of Neurological Disease and Disorder, 10 Center Drive, Building 10, Room 3D17, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04997078-W 20180720/180718231036-6200c1a27a7bdddf1e612a09637df905 (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  © 1994-2020, Loren Data Corp.