SOURCES SOUGHT
J -- Maintenance Agreement
- Notice Date
- 11/19/2010
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
- ZIP Code
- 20892-7510
- Solicitation Number
- NICHD-11-030
- Archive Date
- 12/14/2010
- Point of Contact
- Tracey Muck, Phone: 301-443-7797
- E-Mail Address
-
muckt@mail.nih.gov
(muckt@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health (NIH), National Institute of Child Health and Human Development (NICHD) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses that can provide Maintenance Service on a SP5 + UV/405 + 405 Laser + AOTF + WLL Microscope. Period of Performance will be for a minimum of one (1) year up to a maximum of three (3) years. The maintenance shall provide coverage to include the following: 1) On-site labor, travel time, and travel expenses 2) On-call service provided from 8:00AM to 5:00PM during normal workdays, Monday through Friday, excluding observed holidays 3) Parts replacement as required on an exchange or new part basis, excluding consumables and objectives 4) One preventative maintenance inspection per annual maintenance agreement 5) Trained Service Representatives to perform axial resolution measurements, as well as laser power measurements to confirm optimum system performance 6) Toll free, expert engineering and applications support provided through a technology support center 7) UV Ready Coverage to include couplings, fibers, pinhole optics, UV Lens wheel/Filter wheel, UV AOTF, and labor/travel expenses associated with UV alignment and repair This request is for interested firms with the capability of providing the required service to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 811219 with a size standard of $6.5M. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. Two (2) copies of the capability statement must be received at the address identified (6100 Executive Blvd., Suite 5Z00, Bethesda, MD 20892 MSC 7510) in this synopsis by prior to 12:00 PM (noon) local time at designated location November 29, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED. Offerors are responsible for routinely checking this website for any amendments to this solicitation. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited and submittals will not be returned to the sender.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-11-030/listing.html)
- Record
- SN02330998-W 20101121/101119234243-e21d3ec4024dd38f2e504a9d6c1dd2ff (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 |