Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOLICITATION NOTICE

J -- Maintenance Contract for an Integrated High-throughput Imaging System (IHIS).

Notice Date
8/6/2018
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC82622-61a
 
Archive Date
9/4/2018
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E224, Bethesda, MD 20852, UNITED STATES. Description The National Cancer Institute (NCI), Cancer Center Research (CCR), Laboratory of Receptor Biology and Gene Expression(LRBGE)/High-Throughput Imaging Facility (HiTIF) plans to procure on a sole source basis equipment service to maintain an Integrated High-throughput Imaging System (IHIS) composed of: 1) the Yokogawa CV7000 automated high-throughput microscope NIH property ID# 02049186; Yokogawa SN: KZR800028), and 2) An integrated Denso robotic arm (NIH property ID# 02006915; SN: PH2-085) from Wako Automation USA Inc., 11575 Sorrento Valley Road, Suite 208, San Diego, CA 92121-1320. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1 (b)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System (NAICS) code is 811219 and the business size standard is $19.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance shall consist of a twelve (12) month base period, plus four (4)twelve-month (12) option periods as follows: Base Period: September 21, 2018 to September 20, 2019 Option Period 1: September 21, 2019 to September 20, 2020 Option Period 2: September 21, 2020 to September 20, 2021 Option Period 3: September 21, 2021 to September 20, 2022 Option Period 4: September 21, 2022 to September 20, 2023 It has been determined that there is no opportunity to acquire green products or services under this contract. The CCR High-Throughput Imaging Facility (HiTIF) at the Laboratory of Receptor Biology and Gene Expression (LRBGE) has made the request to purchase an equipment service to maintain an Integrated High-throughput Imaging System (IHIS) composed of: 1) the Yokogawa CV7000 automated high-throughput microscope NIH property ID# 02049186; Yokogawa SN: KZR800028), and 2) An integrated Denso robotic arm (NIH property ID# 02006915; SN: PH2-085). The CV7000 was originally purchased from Wako Automation Inc. The Denso robotic arm was originally purchased from PerkinElmer Health Sciences, and then custom-integrated with the CV7000 by Wako Automation Inc. The CV7000 is an ultra-high-throughput dual spinning disc micro-lens confocal microscope. Fluorescent excitation is provided by 4 solid state lasers. This instrument acquires multi-channel fluorescence images simultaneously using two large, high-sensitivity sCMOS cameras, and it contains a high precision x-y-z automated stage, a temperature/humidity CO2 controlled live-cell chamber, near infra-red high-speed laser autofocus, high-magnification/high-numerical aperture air and water immersion objective lenses to collect images of cells in 6-, 12, 24-, 48-, 96-, 384- or 1536-well microplate format in a fully automated fashion. In addition, the instrument possesses a single-tip kinetic module, which can dispense reagents from a 96- or 384-well source plate to a 96- or 384-well assay plate, while simultaneously acquiring images at a 38fps rate. High-throughput imaging (HTI) screens entails imaging tens of plates for a single experimental run or batch. The Denso 5-axis robotic arm is attached to the CV7000 and automates the unattended loading/unloading of up to 42 microtiter plates from/to three existing plate hotels, and to/from the CV7000. The CV7000 is operated by a locally networked PC workstation and specialized control software provided by Yokogawa Inc. In addition, the CV7000 is also controlled by the Wako CV7000 Software Suite provided by Wako Automation Inc. to run complex, fully automated sequential scan-and-rescan experiments. Finally, the CV7000 and the Denso robotic arm are integrated and controlled by the Director scheduling software provided by Wako Automation Inc. This IHIS is heavily used in ongoing HTI studies at HiTIF/CCR. Even a single day of down time causes a significant decrease in the productivity of these studies. These complicated systems periodically malfunction and require prompt servicing by highly-trained engineers. The systems also require scheduled preventive maintenance due to wear and tear on moving parts and optical systems. In addition to labor costs, the cost of replacements parts would be prohibitively expensive if purchased outside of a service agreement. This service contract covers both parts and labor. The Contractor shall provide the following: 1. SCOPE: The Contractor shall provide all labor, material and equipment necessary to provide preventive maintenance for the following: Government-owned pieces of scientific equipment: 1) Yokogawa CV7000 high-throughput microscopy system, equipped with kinetics dispenser module (NIH property ID# 02049186; Yokogawa SN: KZR800028). 2) CV7000-integrated Denso Robotic arm (NIH property ID# 02006915; SN: PH2-085). The two components form a Integrated High-throughput Imaging System (IHIS). All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. 2. PREVENTIVE MAINTENANCE: The Contractor shall perform two (2) preventive maintenance inspections (PMI) during the contract period on each list piece of equipment. Technically qualified factory-trained personnel shall perform the PMI Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 3. EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours (EST), Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall within seventy-two (72) hours furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs. The Contractor shall provide unlimited technical support either via remote login session (Webex) to the scientific equipment workstation and/or via email, and/or via phone to trouble-shoot the instrument and its applications during normal working hours (EST), Monday through Friday, except Federal holidays. 4. REPLACEMENT PARTS: The Contractor shall furnish all required non-consumables and supplies replacement parts - including but not limited to microscope lasers, lenses, filters, cameras, electronics, PC workstation, and robotics - at no additional cost to the Government. Consumables - including but not limited to tips, reagents, and plates - are excluded from coverage. Parts shall be new or re-manufactured to original equipment specifications. 5. SOFTWARE UPDATES/SERVICE: The Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The Contractor shall provide instrument software updates at no additional cost to the Government. The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. 6. SERVICE EXCLUSIONS: The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. 7. PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of one (1) year factory training and experience in the servicing of the Opera microscopy system as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. 8. PLACE OF PERFORMANCE: Service shall be performed at the following location: National Institutes of Health National Cancer Institute 9000 Rockville Pike Bethesda, MD 20892 Point of Contact (POC): TBD 9. PAYMENT: Payment shall be made quarterly in arrears after completion of the inspection and at the end of the contract period and submission of invoice to the address shown in Block 21 of this order. 10. AWARD: Award will be made in the aggregate. 11. INSPECTION AND ACCEPTANCE CRITERIA: Pursuant to FAR clause 52.212-4, all work described in the SOW to be delivered under this contract is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the Contracting Officer's Representative (COR), who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor. This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00AM EST on August 20, 2018. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC82622-61 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82622-61a/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05021507-W 20180808/180806230800-84e80153eae9406728eb4ff6a163a1c6 (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.