Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

J -- Service Contract for Bruker Biospec 70/30 USR MRI Cryocooler System

Notice Date
3/25/2020 5:35:34 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-20-006558
 
Response Due
4/8/2020 12:00:00 PM
 
Archive Date
04/23/2020
 
Point of Contact
Rashiid Cummins
 
E-Mail Address
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
 
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:� NIA requires an extended service contract for the cryocooler system of the Bruker Biospec 70/30 USR MRI Scanner. Purpose and Objectives: Because this system is essential for the operation of the Biospec MRI and this scanner is absolutely vital and central to both the MRI Section�s ongoing research and that of several NIA IRP laboratories and academic collaborators, and because much of this research involves time-critical experiments on irreplaceable animals and in vitro samples, it is essential that this system be kept fully functional at all times. Project requirements: 1. The Contractor shall provide telephone and E-mail support for troubleshooting the cryocooler system that supports the NIH National Institute on Aging�s Biospec 70/30 USR magnet. 2. The Contractor shall maintain an inventory of cryocooler system parts and replacement or loaner units compatible with the Biospec 70/30 USR MRI scanner�s magnet and console. 3. In those situations where the cryocooler system is not operational, the Contractor shall use overnight carrier services to ship repair parts and service equipment to NIA�s preclinical MRI facility at the NIH Biomedical Research Center (BRC), 251 Bayview Blvd., Baltimore, MD 21224 (�Government facility�). After repairs are complete, the Contractor shall pay for the return of service equipment and defective components to Contractor�s facility. 4. The Contractor shall provide factory-trained technicians as needed to perform on-site service to the cryocooler system, including scheduled maintenance and repairs. Travel to and from the Government facility shall be paid by the Contractor. 5. The Contractor shall provide the following services to maintain the cryocooler system in the Biospec 70/30 USR magnet: ��� a. Monitor the cryogen levels. ��� b. Refill the cryostat with liquid helium at intervals defined by the manufacturer�s recommendations. ����c. Supply the necessary refill cryogens. ��� d. Maintain the compressor helium transfer lines. This shall include leak checking and, if required to�restore�cryocooler system performance to manufacturer�s standards, replacement of transfer lines and/or waveguide at filter plate. ����e. Maintain the cold head. This shall include periodic replacement with new or refurbished equipment according the manufacturer�s schedule based on runtime hours, diagnosis of poor cooling performance and replacement with new or refurbished equipment as needed to maintain manufacturers� specified magnet and compressor helium gas pressures, magnet heater current and liquid helium boiloff rate. ��� f. Maintain the cryocooler system�s helium compressor and service as required. This shall include periodic replacement with new or refurbished equipment according to the manufacturer�s schedule based on runtime hours, diagnosis of poor cooling performance and replacement with new or refurbished equipment as needed to maintain manufacturers� specified magnet and compressor helium gas pressures, magnet heater current and liquid helium boiloff rate. ����g. Maintain the secondary water-cooling system and service as required. This shall include monitoring the performance of the heat exchanger providing chilled water to the helium compressor, diagnosing performance problems with this heat exchanger, and providing on-site repairs and/or replacement equipment to restore the heat exchanger to manufacturer�s specifications. ��� h. Replace the secondary cooling system filters as required based on flow rate, pressure differential or age to maintain manufacturer�s specifications. ��� i. Refill cooling water as needed to maintain manufacturer�s recommended levels (maximum once per year). ��� j. Repair leakage of chilled water as required. ��� k. Repair and replace components related to the water-cooling system, including leaking hoses, fittings and clamps. ��� l. Generate regular reports of service activity. Anticipated period of performance: 5/10/2020 � 5/9/2021 Capability statement /information sought. Respondents must provide, as part of their responses, a capability statement clearly identifying their ability to provide the requested service. 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 in an 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 Rashiid Cummins at e-mail address rashiid.cummins@nih.gov.�� The response must be received on or before April 8, 2020, 2:00 pm, 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
SAM.gov Permalink
(https://beta.sam.gov/opp/c3c2fcaae8f3451db0aca3c2b7f01f62/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN05600469-F 20200327/200325230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.