SOURCES SOUGHT
66 -- Service Contract (4.7T Bruker BioSpin Vertically Oriented Scanner)
- Notice Date
- 5/21/2015
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus 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-15-388
- Point of Contact
- Paul C. Marsalese,
- E-Mail Address
-
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. 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. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing - and the associated small business size standard of 500 employees. Background Information: 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. The Bruker scanner has recently been upgraded with a new gradient coil system and console upgrade, which has made its performance at the cutting edge for monkey imaging in the world. This level of 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 for the Acquisition: The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in the project requirements. 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.Provide telephone support for diagnosis of Covered Equipment malfunction(s). This support will be provided during the hours of 9:00am and 5:30pm (local time at our service office) during our standard workweek. 2.Provide replacement parts as required on an exchange (refurbished) or new part basis, at our discretion. All parts are warranted for 90 days after installation. 3.Provide material for engineering changes that we develop and determine to be appropriate for the instrument. 4.For each system in the table of Covered Equipment, provide software updates for Bruker applications software required to operate the Covered Equipment, as Bruker releases these updates. 5.When a service call is initiated, an engineer will contact our lab to gain a more complete understanding of the problem, recommend diagnostic tests and, interpret the results with us. 6.If the diagnostics indicate that material is required, the engineer will arrange for overnight shipment. 7.The next day the engineer will contact our lab to determine the status of the instrument. 8.If the replacement material resolved the problem, the defective material will be returned to Bruker using shipping information and pre-paid labels included with the repair items. 9.If the replacement material did not resolve the problem, the engineer together with our lab will mutually determine the best next step. Anticipated period of performance: 12-months from Date of Award Capability Statement: Contractors that believe they possess the ability to provide the required equipment and resources should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors 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 NAICS 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 capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Paul Marsalese, Contract Specialist, at paul.marsalese@nih.gov in MS Word format within 7 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-388/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03739302-W 20150523/150521235514-8d765cb4873d0e3229e2583bb7d6b9a3 (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 |