SOLICITATION NOTICE
J -- Preventive Maintenance Service and FiberStudio RCA Software Licenses for FiberVision Slide Scanner
- Notice Date
- 5/15/2024 1:00:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NIH NCI Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N91024Q00063
- Response Due
- 5/24/2024 9:00:00 AM
- Archive Date
- 06/08/2024
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Description
- The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Developmental Therapeutics Branch (DTB) at the Center for Cancer Research (CCR), has a need for� This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13� Simplified Acquisition Procedures. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation is issued as a Request for Quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2024-04 (5/1/2024).� The requirement�s North American Industry Classification System (NAICS) code is 811210 - Electronic and Precision Equipment Repair and Maintenance with a size standard of $34.0 million. One Firm-Fixed-Priced award is anticipated to be made as a result of this solicitation. �� BACKGROUND The Developmental Therapeutics Branch (DTB) at the Center for Cancer Research (CCR), National Cancer Institute (NCI), National Institutes of Health, advances novel therapeutic strategies and conducts clinical trials based on cancer-specific genomic, epigenetic, and metabolic alterations, drug design, molecular mechanisms of drug action to achieve precision medicine. To achieve these goals, DTB conducts single-fiber analyses of DNA replication which directly visualize the incorporation of nucleotide precursors on isolated DNA fibers. Thereby, DTB investigators can measure how replication initiation events are spaced on chromatin and determine the rate of DNA synthesis. Whole genome fiber analyses including dynamic molecular combing provide the ultimate �gold standard� measurements of replication initiation frequencies. The DTB investigators utilize a Genomic Vision FiberVision slide scanner for high throughput analyses and increased data reproducibility of DNA replication in cancer cells. Data from these scans are analyzed with Genomic Vision FiberStudio RCA software. The scanner is a crucial research tool for DTB, and the maintenance of this system is essential to keep this instrument in proper working condition. Furthermore, DTB requires additional FiberStudio RCA software licenses to increase workflow efficiency. SCOPE The Contractor shall provide all labor, material, and equipment necessary to maintain and provide preventive maintenance for the following equipment: ��� �One (1) FiberVision slide scanner, Serial Number P1001 (NIH decal. 02176700). All maintenance services shall be performed on-site in accordance with the Original Equipment Manufacturer�s (OEM) most current standard commercial maintenance practices. Onsite and emergency services shall be provided during standard business hours (defined as 8:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays found at www.opm.gov/policy-data-oversight/pay-leave/federal-holidays and extended hours (5:00 pm � 9:00pm EST, Monday through Friday) for any issues not able to be resolved remotely, or during normal business hours. Software updates/services may be provided remotely as applicable. All travel, labor, materials, and related charges shall be included in the purchase order price. Additionally, the Contractor shall provide remote access to the following software for up to three (3) end users: ��� �FiberStudio RCA (#FSE-RCA-2). SPECIAL ORDER REQUIREMENTS The Contractor shall provide all labor, materials, and equipment required to perform the following tasks: PREVENTIVE MAINTENANCE The Contractor shall perform one (1) planned preventive maintenance visit during the contract period. �Technically qualified factory-trained personnel shall perform this service. The service shall consist of thorough cleaning, calibration, adjusting, inspection, 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. Deliverable: A report indicating the work performed shall be provided to NCI�s Technical Point of Contact (TPOC) within five (5) business days of completion. The report shall be provided in electronic format (Word or PDF file). EMERGENCY SERVICE On-site, emergency repair (i.e., curative) service shall be provided during the term of this contract at no additional cost to the Government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays (see Section 3.0). Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall provide an initial response within twenty-four (24) hours, and an on-site response within five (5) business days a qualified 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 planned preventative maintenance. All labor, travel, and OEM parts shall be included. The Contractor shall provide scanning services of coverslips with combed and labeled DNA in case the equipment is out of commission for a duration of more than one month. Deliverable: Within five (5) business days of the completion of any emergency repair services performed, the contractor shall provide a brief emergency service report to the TPOC stating the equipment malfunction that occurred, the repair efforts, and the duration that was required to restore the equipment to operation. The emergency service report shall be provided in electronic format (Word or PDF file). REPLACEMENT PARTS The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. All parts shall meet original equipment manufacturer (OEM) specifications. Upon identification of required parts, they shall be delivered within five (5) business days, or the following business day should the request fall on a Friday, or preceding a Federal Holiday. If parts will take longer than 5 business days to be delivered for any reason, the Contractor must provide the TPOC with a notification stating the reason and estimated delivery timeframe immediately upon identification of delivery delay. Deliverable: If parts will take longer than 5 business days to be delivered for any reason, the Contractor must provide the TPOC with a notification stating the reason and estimated delivery timeframe immediately upon identification of delivery delay. SOFTWARE UPDATES/SERVICE The Contractor shall provide Software Service and updates 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 receive advance approval for the installation of all software updates and revisions from the Government. Software service shall include all major software versions, upgrades, updates, and Mandatory Safety Releases, installing the most recent version of the covered software. Software service shall include all maintenance release/service pack updates. Defective software shall be replaced at no additional cost to the Government. TECHNICAL SUPPORT The Contractor shall provide at no additional cost to the Government unlimited technical telephone and application support during standard business hours for troubleshooting for the instrument and clinical application support over phone, via remote access internet portal, and email (8am � 9pm Monday through Friday), excluding Federal holidays. SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. Should damage occur as a result of the aforementioned events, the Government reserves the right to obtain repairs needed as a result of such events via a modification to the purchase order, under a separate purchase order, or any other method deemed appropriate and in accordance with Federal Acquisition Regulations. PERSONNEL QUALIFICATIONS Only technically qualified factory-trained personnel shall perform service on the FiberVision slide scanner at NIH, as covered by this purchase order. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered under this purchase order. SOFTWARE LICENSE The Contractor shall provide remote internet access to Government staff for the following software:� ��� �FiberStudio RCA (#FSE-RCA-2) for up to three end users. Deliverables: 1.�� �Within ten (10) days of award the Contractor shall coordinate the implementation, and access for additional users with the Government's Technical Point of Contact (TPOC). The Contractor shall then be responsible for ensuring all the required licenses are activated and users are able to use the licenses in conjunction with the FiberVision slide scanner.� 2.�� �An electronic report or email shall be provided to the TPOC within five (5) business days after successful performance of software license implementation confirming that the license is currently active, and that the slide scanner system functions as intended. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e09514ab9dc4d9388c8c37ea6302aa7/view)
- Place of Performance
- Address: MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07064924-F 20240517/240515230046 (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 |