Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2023 SAM #7745
SOURCES SOUGHT

J -- Preventative maintenance and service for NIDA�s 400MHz Nuclear Magnetic Resonance Spectrometer (NMR)

Notice Date
2/8/2023 1:22:20 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00110
 
Response Due
2/10/2023 10:00:00 AM
 
Point of Contact
Alexander Beraud, Phone: 3014436677, Joshua T. Lazarus, Phone: 3018276923
 
E-Mail Address
alexander.beraud@nih.gov, josh.lazarus@nih.gov
(alexander.beraud@nih.gov, josh.lazarus@nih.gov)
 
Description
DESCRIPTION: The National Institute on Drug Abuse � Intramural Research Branch (NIDA-IRP) Molecular Targets and Medications Discovery Branch (MTMDB), is seeking Capability Statements from Small Business organizations that are authorized Agilent engineers who have access to Original Equipment Manufacturer (OEM) updates and upgrades and the demonstrated capability of providing maintenance and repair services NIDA�s 400MHz Nuclear Magnetic Resonance Spectrometer (NMR). 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: (1) the availability and capability of qualified business sources; (2) the availability of capable 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. The established NAICS code is 811210, Analytical Laboratory Instrument Manufacturing. The U.S. Small Business Administration establishes a size standard for 811210 as $30,000,000 in revenue or less. BACKGROUND INFORMATION AND OBJECTIVE: The most integral part of NIDA�s medicinal chemistry program and especially organic synthesis is the ability to structurally characterize the novel molecules that are prepared in the MTMDB. A critical tool for this characterization is a sophisticated high field NMR. Every chemist in the MTMDB laboratory uses the NMR instrument multiple times daily making it an absolute necessity to maintain in optimum condition. When the instrument requires attention outside of the laboratories limited troubleshooting skills, a quick and efficient service turnaround is essential to limit the instrument downtime which in turn limits the research downtime. NIDA�s current MR 400 MHz NMR is exclusive to one vendor (Agilent Technologies Inc.). All hardware and software are proprietary, and pursuant to the terms and conditions of the equipment�s warranty, only authorized Agilent service professionals are permitted to perform repair and preventive maintenance service procedures to those instruments that are covered under the agreement. Any service or repair performed by a non-authorized Agilent service professional could void the warranty on the NMR. PROJECT REQUIREMENTS: The Contractor shall provide: Fast response ensures lab equipment is up and running quickly. Contract-level preferred response, Virtual Tech Support (hardware and software), Same-day remote repair All required onsite repair visits All instrument parts, consumables, and supplies required for repair. Preferred response over time-and-materials calls Annual onsite preventive maintenance Compliance services Qualification (IQ/OQ, OQ), Requalification after major repair (RQ), Software maintenance agreement (SMA) Contractor will perform preventative maintenance and repairs during regular Monday-Friday business hours, excluding Federal holidays. Service coverage is provided for the Console, Magnet, and up to four room temperature probes. The service plan shall include all labor, service, and parts. The Contractor shall make obtain any required parts within the targeted 48 hours of the service technician assessment. The technicians must be factory certified. Travel within the specified travel zone is included. All services provided under the Service Agreement will be performed in a workmanlike manner. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified and compatible with the subject equipment.� The Contractor shall provide the required services as described above at fixed pricing is anticipated on an annual basis. Documentation shall be provided by the Contractor to the Contracting Officer's Representative (COR) or point of contact (POC) show they completed the work. The service technician is to present a service ticket that briefly details the work performed to the POC for signature and a copy of the ticket is to be left with the POC. The Contractor shall submit a detailed written report of any service to be submitted to the COR, or a delegated entity, within 24 hours of service being performed. INSTRUCTIONS: Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The established NAICS code is 811210. Respondents must provide clear and convincing documentation of their capability of providing the products and support 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) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. 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 paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Rob Bailey at Alexander.Beraud@nih.gov, NO LATER THAN 1:00 p.m. EST on February 10, 2023. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 pre-solicitation synopsis and solicitation may be published on SAM.gov. 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). PLEASE SEE ATTACHED SOURCES SOUGHT NOTICE FOR ALL RELEVANT DETAILS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44f70403592d4ee8be97fe21bfb11382/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06586436-F 20230210/230208230112 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.