Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2015 FBO #4828
SOURCES SOUGHT

66 -- Extended Warranty Master Agreement with Olympus Inc. for Multiphoton microscope FV1000MPE

Notice Date
2/10/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)SBSS-15-136
 
Archive Date
3/4/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3015941571, Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
samantha.kelly2@nih.gov, rodney.brooks@nih.gov
(samantha.kelly2@nih.gov, rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE TEMPLATE 1.Solicitation Number:HHS-NIH-NIDA-SSSA-SSBS-15 -136 2.Title: Extended Warranty Master Agreement with Olympus Inc. for Multiphoton microscope FV1000MPE 3.Classification Code: 66 4.NAICS Code: 334516 5.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 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. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The Laboratory of Neurosciences (LNS) mission is to investigate the cellular and molecular processes underlying neuronal aging, as well as neurodegenerative disorders such as Alzheimer's, Parkinson's and Huntington's Diseases, in order to ameliorate/develop therapeutic strategies against it. Imaging of neuronal morphology and function in brain slices and cultured neurons from mice and rats are employed to investigate the molecular and biophysical mechanisms of synaptic function and plasticity. These methods are applied to elucidate mechanisms of learning and memory in the context of normal brain aging and age-related neurological disorders such as Alzheimer's disease. In addition, analyses of synaptic function are used to evaluate the efficacy of novel pharmacological and dietary interventions for the prevention and treatment of neurodegenerative disorders. The aim of the warranty is to keep the microscope in optimal working condition. Purpose and Objectives: To procure a new service agreement for the Multiphoton microscope that will ensure timely service and maintenance by specially trained Olympus service engineers. Contractor requirements: The microscope was purchased from Olympus Inc in 2009. The manufacturer of the equipment has the know-how and technical staff to support, maintain and modify this equipment. There are no other companies that can provide essential parts of the microscope such as lasers, objectives and software to run image acquisition programs that match the settings of the microscope. The contractor will travel to the BRC and repair the microscope as needed. The contractor shall provide service and maintenance for all portions of the above Olympus multiphoton microscope in order to ensure operation of the equipment at maximum performance. This includes but not limited to the lasers, computer system, software, mechanical, optical, electrical, electronic and wear-related components of the imaging system. Specifically the contractor shall: 1. Supply all replacement parts as required on an exchange (good-as-new) or new part basis in order to maintain the equipment at Original Equipment Manufacturer's (OEM's) specifications. 2. Locate a service engineer during the coverage period 8am-6pm, Monday through Friday to assure efficient service of the microscope. 3.Contractor Responsibilities: The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. 4.Interchangeability of parts is required, (NRCC Wash C8)(Oct 1992). All replacement/spare parts and supplies to be furnished by the Contractor under this contract shall be guaranteed to be equal in all respects (including performance, interchangeability, durability, and quality) to parts specified by the OEM. 5.This contract will allow the future flexibility to procure hardware and software upgrades as deemed necessary for the system to function at the highest quality of performance. Anticipated period of performance: Base Year: February 23, 2015 through February 22, 2016 Option Year 1: February 23, 2016 through February 22, 2017 Option Year 2: February 23, 2017 through February 22, 2018 Option Year 3: February 23, 2018 through February 22, 2019 Other important considerations: GOVERNMENT RESPONSIBILITIES The microscope is located in room 05B014B in the BRC. The room requires key card access. Olympus Inc will be given entry to the room during normal business hours 8am - 6pm on weekdays. DELIVERY OR DELIVERABLES Technician certifications must be provided for all service engineers assigned to the Olympus multiphoton microscope. A written summary report should be turned in within 48 hours of any service visit. TRAVEL Travel to the NIH is the sole responsibility of the contractor. SECURITY REQUIREMENTS Service technicians will have to be cleared by BRC security guards to gain access to the premises. Section 508 Electronic and Information Technology Standards Is applicable for software upgrades are required. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: • TBD at time of award Mandatory Criteria (Requirements) •Service engineers must be specially trained and certified to work on Olympus multiphoton equipment. Capability statement /information sought. Clearly indicate whether respondents must provide, as part of their responses, a capability statement, "white paper," answers to questions/issues, etc. This may include requests for: •respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; •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; •general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Samantha Kelly, Contract Specialist and Rodney Brooks, Contract Specialist at e-mail address: samantha.kelly2@nih.gov and rodney.brooks@nih.gov. The response must be received on or before February 17, 2015 at 12:00PM eastern time. "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 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. 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/NIDA-01/HHS-NIH-NIDA(SSSA)SBSS-15-136/listing.html)
 
Record
SN03639281-W 20150212/150210235751-a3c4cf68f52a9382689cf0f4d17648b1 (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.