Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2014 FBO #4571
SOURCES SOUGHT

J -- Service and Maintenance of 4.7T Bruker BioSpin Vertically Oriented Scanner

Notice Date
5/29/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-255
 
Archive Date
6/20/2014
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institutes on Drug Abuse, Station Support Simplified Acquisitions, Introduction: 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 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background: Research in the Neurophysiology Imaging Facility (NIF) centers on cutting edge functional imaging in awake monkeys for a broad range of investigators. Scanning in the facility involves the use of a 4.7T Bruker Biospin vertically oriented scanner, specialized for monkeys seated upright. Considerable effort has been made so that brain scans can be accomplished in monkeys that are awake and performing a behavioral task. This goal has provided a number of challenges, since it requires that all the equipment, implants, and task-related elements of the research are fabricated from plastic, fiberglass, or other MR-compatible material. Monkey imaging is particularly challenging because their heads are small, and the required spatial resolution is therefore much higher than in humans. Alert monkey scanning poses a particular set of challenges for functional imaging. The comparatively small head combined with the frequent movements in the chair, most notably of the jaw during juice acquisition, and of body during postural readjustments, result in frequent dynamic geometrical distortions and signal dropout. A service contract is critical to the efficient functioning of the NIF facility and associated research projects, particularly in light of the new, and somewhat experimental, upgrade that was recently installed in the facility. Purpose and Objectives: The contractor shall provide Service Contract with Parts Support and Gradient Service Plan for the 4.7T Bruker Biospin scanner, vertically oriented, in which monkeys are able to sit upright and perform behavioral tasks while being scanned. Project requirements: 1.Contractor will provide telephone support for diagnosis of covered equipment malfunction(s). 2.Contractor will provide replacement parts as required on an exchange (refurbished) or new part basis, at contractor's discretion. 3.Contractor will provide material for engineering changes that the contractor develops and determines to be appropriate for the instrument. 4. For each system in the table of covered equipment, the contractor will provide software updates for applications software required to operate the covered equipment, as these are updated. 5.Contractor will provide reasonable notification of the existence of the "bug(s)". Software defects or other significant problems will be corrected as soon as possible. 6.When a service call is initiated, the contractor will contact NIF to gain a more complete understanding of the problem, recommend diagnostic tests and, interpret the results with NIF. 7.If the diagnostics indicate that material is required, the contractor will arrange for shipment. 8.The contractor will contact NIF to determine the status of the instrument. 9.If the replacement material resolved the problem, the defective material will be returned to the contractor. 10.If the replacement material did not resolve the problem, the contractor together with the NIF will mutually determine the best next step. Anticipated period of performance: 12 months after receipt of order. Capability statement /information sought: Interested organizations must provide clear and convincing documentation of their capability of providing the item(s) specified in this notice. Interested organizations that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Megan Ault, Contract Specialist, at megan.ault@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before June 5, 2014 by 2:00 PM (EDT). Note: 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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order. 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/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-255/listing.html)
 
Record
SN03379364-W 20140531/140529235111-399651be07f2465256bc9dfe0057a208 (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.