MODIFICATION
66 -- A service agreement (maintenance/repairs) for a Zeiss LSM510 Laser Scanning Microscope
- Notice Date
- 11/8/2018
- Notice Type
- Modification/Amendment
- 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-19-001032
- Archive Date
- 11/28/2018
- Point of Contact
- Andrea TE King, Phone: 3018275245
- E-Mail Address
-
andrea.king@nih.gov
(andrea.king@nih.gov)
- Small Business Set-Aside
- N/A
- 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 NINDS Light Imaging Facility is a core facility available to all scientists in NINDS and to all scientists in the Porter Neuroscience Center. The facility maintains seven laser scanning microscopes for research requiring fluorescence imaging, six of them in the Porter center and one in Building 49. Purpose and Objectives: The purpose of this acquisition is to acquire a service agreement (maintenance/repairs) for a Zeiss LSM510 confocal microscopy system (SN 2439000130) Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: Contractor shall provide all Labor, travel time, and travel costs are covered by this agreement. The replacement of failed component parts, as determined by a qualified technician's field service representative, shall be provided for under this agreement at no additional charge to the Government. Parts, components, or assemblies replaced under this agreement shall be guaranteed to be new or perform as equivalent to new. Components included in the coverage by this agreement are: The basic LSM, microscope(s), scan module, spectral detector, electronics controller, system controller, system control software, stage, Ar CW gas/HeNe lasers, and power supplies. System Controller: The system controller (the computer hardware), monitors, mouse, and keyboard are covered under this agreement. The contractor is not responsible for customer data and images acquired by the users. Lasers: Argon 488nm CW gas, HeNe 543nm, HeNe 633nm lasers on the LSM 510 laser module shall be included in this agreement (labor and parts). Service labor relating to the replacement and alignment of all other types of lasers shall be included The contractor shall not be responsible for external ultrafast 2P/NLO/IR/UV/NUV laser systems, objective lenses, filters, and expendable items such as bulbs, batteries, arc lamp assembly and arc lamp power supply, and liquid light guides. The cost of shipping, repair and/or refurbishment of external lasers and power supplies shall be covered by the Government. Contractor shall provide service during normal business hours of 9:00 a.m to 5:00 p.m. EST Monday through Friday, exclusive of Federal Holidays. One preventive maintenance visit shall be provided to include cleaning, inspection and alignment of the instrument to ensure optimal operating performance. Instrument failure resulting from storm, flood, fire, water, acts of God or other circumstances beyond the contractors control shall be the responsibility of the Government. Contractor shall not be liable for delayed performance due to: 1. strikes or delays in transportation. 2. Damage to the instrument caused by negligence, improper handling, or accident. 3. Modification of the instrument without written consent 4. Instrument failure attributable to noncompliance with the manufacturer's operating instructions. Anticipated period of performance: Base Year: December 5, 2018 - December 4, 2019 Option 1: December 5, 2019 - December 4, 2020 Option 2: December 5, 2020 - December 4, 2021 Option 3: December 5, 2021 - December 4, 2022 Other important considerations: None Capability statement /information sought. 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 Andrea King - Contract Specialist at email address andrea.king@nih.gov. The response must be received on or before November 13, 2018 at 11AM, 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-19-001032/listing.html)
- Record
- SN05147727-W 20181110/181108230918-f6ea49a9a4105142c2c3e962329ea556 (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 |