SOURCES SOUGHT
J -- Maintenance Services for Imaging Equipment
- Notice Date
- 2/11/2014
- 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 Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NIHAO2014003
- Point of Contact
- Carolyn Wilder, Phone: 301-402-6724
- E-Mail Address
-
cwilder@niaid.nih.gov
(cwilder@niaid.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institute of Allergy and Infectious Diseases (NIAID) is seeking all small businesses, to include Service Disabled Veteran Owned Small Businesses, HUBZone Small Businesses, SBA 8(a) Disadvantaged Small Businesses or any other small business that have the capability and qualifications to provide maintenance services for Imaging Equipment, located at a biological high containment BSL4 (Biological Safety Level 4) Integrated Research Facility (IRF) at Fort Detrick, Maryland. All of the equipment to be serviced is Philips Medical Imaging Systems. The contractor shall perform preventive, remedial maintenance and repair services to maintain the equipment in good working condition in accordance with the equipment manufacturer's specifications. The contractor will provide all facilities, service reports, materials, parts, test equipment, transportation, labor and all other related services for servicing the imaging equipment at the IRF. The IRF imaging personnel will assist in filling of phantoms and placing phantoms on imaging tables during the scheduled preventive maintenance and assist in performing tasks related to service on the high containment side of the imaging suites. The Contractor and the Government agree that the contractor's personnel will only access high containment areas if the ill-functioning imaging system parts residing within the high containment environment cannot be serviced by one of the IRF imaging staff members. Opening of a high containment area requires performing a decontamination process and approval of entry by the Division of Occupational Health and Safety. While the contractor's personnel are at the Government facility, the contractor is responsible for compliance with all the laws, rules and regulations governing conduct at the IRF. Contractor will follow all Federal, State and local laws related to the safety and health of personnel and property damage. Due to the security requirements imposed by the government the contractor personnel will make appropriate arrangements for escorted entrance into IRF and into the imaging suites to perform diagnostics, preventive maintenance and service on the equipment. Maintenance and calibration that cannot be performed outside the containment zone shall be performed either once annually (post fumigation of space) or shall be performed in compliance with the standard and special practices as described in the Centers for Disease Control and Prevention Biosafety in Microbiological and Biomedical Laboratories (BMBL) for BSL-4 suit laboratory space. Listed below is the equipment to be serviced: Philips Medical Imaging Systems: 1. Magnetic Resonance 3T Achieva, Site# 532851 2. MultiDiagnost Eleva Bio-Safety Lab (BSL) System, Site# 41444773 3. Gemini 16 TF (Positron emission Tomography (PET) and Computer Tomography Bio-containment System CT-Hybrid System, Site# 42392378 4. Precedence (Single Photon Emission Computed Tomography (SPECT) and Computed Tomography (CT) Bio-containment system, Site# 44605002 5. The Magnetic Resonance The PET-CT Extended Workstation (EWS), Site# 42392379 6. Philips Extended Brilliance Workstations (EBW) (quantity two), Site#s 44605003 and W44605005 7. JETStream Syntegra, Site# 44605003 Any potential offerors should respond with a capability statement by February 25, 2014, 11:00 am EDT. Capability statements must reference similar work that has been performed by the offeror and the dollar value of that work. Respondents must demonstrate, within the capability statements, skills and abilities that reflect experience with maintenance services for Imaging Equipment in BLS4 facilities. Potential offerors must indicate business size in their capability statement. This is a market survey, not a request for proposals. All questions must be directed, in writing, to Carolyn Wilder at cwilder@niaid.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHAO2014003/listing.html)
- Place of Performance
- Address: Fort Detrick, Maryland, United States
- Record
- SN03286020-W 20140213/140211234411-d992f5212ddc885d7e96532fd5ca9931 (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 |