Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

J -- Sony SH800SFP cell sorter maintenance agreement for NCATS

Notice Date
2/23/2021 7:11:26 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
75N95021Q00083
 
Response Due
3/9/2021 5:00:00 AM
 
Archive Date
03/24/2021
 
Point of Contact
Nick Niefeld, Phone: 3018272094
 
E-Mail Address
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
 
Description
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 Sony SH800SFP (S/N 0314053) allows users to take a population of cells and sort them out into different groups based on fluorescence signal present in each group. Once the instrument sorts the users' desired populations, the instrument can plate those cells into a variety of different plate types (6 well up to 384 well plate) that can then be used for further experimentation. This is the only instrument at NCATS that can plate sorted cell populations, therefore it is a critical piece of equipment used by multiple groups across our Division of Preclinical Innovation (DPI).� This instrument is highly complex utilizing various high-powered lasers and microfluidics and therefore needs yearly preventative maintenance (PM). In addition to the yearly PM, a service contract would allow for any needed parts or repairs to be covered and more quickly obtained than if the instrument is not under contract.� Purpose and Objectives: The NCATS' Research Services Core (RSC) is in need of a service contract on their Sony SH800SFP cell sorter to include yearly preventative maintenance and service calls as required. Project requirements: The Service Agreement includes: � One (1) Preventative Maintenance Inspection to be performed during the twelve-month period and four option years. � Software revisions that are released during the term of the Service Agreement provided no hardware upgrades are required. � Unlimited telephone support for instruments and Sony Biotechnology proprietary software � Unlimited on-site service support if it is determined by vendor that on-site support is required - The Service Agreement covers all labor, travel expenses, telephone support and parts, excluding consumable items listed below. - Coverage Coverage hours are Monday through Friday from 9:00 AM to 5:00 PM local time, excluding holidays. For on-site support, the vendor strives for a qualified technician to arrive on-site within 72 hours of dispatch. Tasks that are considered routine maintenance and the responsibility of NCATS include, but are not limited to: � Replacing sheath filters � Replacing hydrophobic air filters � Replacing sample lines � Cleaning optics � Cleaning tanks � Sterilizing or cleaning fluidic system Anticipated period of performance: Within 1 day after date of inspection. Base Year: (12-months) Option Period One (1): (12-months) Option Period Two (2): (12-months) Option Period Three (3): (12-months) Option Period Four (4): (12-months) Other important considerations: 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 work mentioned above. Capability statement /information sought. Respondents must provide clear and convincing documentation of their capability of providing the services specified in this notice. 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. 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 Nick Niefeld, Contract Specialist at e-mail address nick.niefeld@nih.gov. The response must be received on or before March 9, 2021, at 11 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
SAM.gov Permalink
(https://beta.sam.gov/opp/bf47bd31752546eca751c3b40f3329a1/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN05924733-F 20210225/210223230116 (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.