Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SOURCES SOUGHT

J -- Preventative Maintenance and Repair Service

Notice Date
8/28/2013
 
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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-(SBSS)-2013-253-DDC
 
Archive Date
9/18/2013
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business 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 small business sources: (2) whether they are 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 disadvantage 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. An organization that is not considered a small business under the applicable NAICS code (811219, size standard $19.0) should not submit a response to this notice. 2. Notice Information a. Background: The mission of the Proteomics Core at the National Heart, Lung, and Blood Institute is to support proteomic endeavors relevant to cardiovascular diseases undertaken by NHLBI investigators in the Division of Intramural Research (DIR). The Core maintains state-of-the-art mass spectrometers and HPLC systems, provides LCMS-based sample analyses, and trains scientists in sample preparation, instrument used, and data analysis. The two LTQ Orbitrap Velos mass spectrometers in the lab are a critical component in carrying out the Core's mission. With its high resolution, high mass accuracy, and fast scanning rate, the LTQ Orbitrap Velos is a major workhorse for high-throughput protein identification, post-translational modification characterization, and quantitative proteomics using SILAC and iTRAQ. It is heavily used by DIR investigators and trainees in pursuit of proteomics research projects b. Purpose and Objectives: The purpose and objective of this procurement is to provide on-site maintenance for two LTQ Orbitrap Velos instruments. The LTQ Orbitrap Velos is a highly sensitive and complex mass spectrometer, and requires expert maintenance and repair (when needed) by engineers who have received thorough, specialized training and have access to the patented and proprietary details; for the period of performance 9/30/2013-9/29/2014. c. Contractor Requirements: Independently, and not as an agent of the Government, the Contractor shall furnish all necessary labor, materials, supplies, equipment, and services (except as otherwise specified herein) to perform the work set forth below. All work under this contract will be monitored by the Contracting Officer Representative (COR) List of equipment: Instrument 1 Description: LTQ-ORBITRAP VELOS, S/N SN03071B, NIH Decal #01798425 Instrument 2 Description: LTQ-ORBITRAP VELOS, S/N SN03267B, NIH Decal #01798907 The Contractor shall confirm or demonstrate the operations of the equipment according to the performance specifications. Service will include the following: Essential Support Plan Features: ~ Unlimited number of demand on-site service visits with a maximum 72-hour response ~ Engineer labor and travel is included ~ Priority status for technical support inquiries ~ One (1) Scheduled Preventative Maintenance visit ~ Thermo Scientific supplied personal computers are covered ~ Factory-certified replacement parts included ~ Software updates and notifications ~ Subscription to e-Support Online Technical Resources ~ 10% discount on Institute based or on-site Trainings purchased during the contract validity period. Application or method development courses are excluded d. Government Responsibilities: The Government will ensure that the equipment is available and accessible to the contractor, and to convey diagnostic and error messages to facilitate service. The Government will also make a good faith effort to operate the Equipment according to the manufacturer specifications. Upon contractor completion of service and/or maintenance, the COR will determine the technical adequacy of the work performed to ensure that contract standards and specifications are met. e. Reporting Requirements and Deliverables: Provide one (1) service summary report. Due upon completion of each unscheduled service visit and each preventive maintenance service rendered.. f. Capability statement/Information sought: Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide services stated above. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above and include an outline of previous or similar projects so that the Government can perform a proper evaluation of the company's capability. Information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp i. Not to exceed 20 singled-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12 point font sized minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. j. Common cutoff date: 9/3/2013 12:00 p.m. eastern time k. Authorization from manufacturer your company is allowed to maintain the equipment (Must be on the manufacturer's letter head) l.. Delivery point: Submitted (via email) to Deborah Coulter, Contract Specialist at coulterd@nhlbi.nih.gov in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. 3. 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 pre-solicitation 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(SBSS)-2013-253-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03166695-W 20130830/130829000838-49dadef8063395c6684703a54adea768 (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 |
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.