SOURCES SOUGHT
Z -- Maintenance for In-Vivo Xtreme 4MP Imager and Skyscan 1176 X-Ray Micro-CT Scanner
- Notice Date
- 6/19/2015
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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-15-482
- Archive Date
- 7/11/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: 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, MD 20892, UNITED STATES. 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NIH Mouse Imaging Facility (MIF) is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. Purpose and Objectives for the Procurement: The purpose of this acquisition is to provide the NIH Mouse Imaging Facility (MIF) with hardware and software maintenance support for its Bruker BioSpin Corporation In-Vivo Xtreme 4MP Imager and Bruker Biospin Corporation Skyscan 1176 X-Ray Micro-CT Scanner. This equipment is used to acquire optical luminescence/fluorescence/radiographic images and three-dimensional radiographic computed tomographic images of small mammals for ongoing preclinical biomedical research studies. Project Requirements: 1. The Contractor shall provide the following support for one (1) Bruker In-Vivo Xtreme 4MP Imager (Serial No. CUX00030, NIH Decal No. 01942157) and all its associated system parts and software: a. One (1) annual preventative maintenance and system calibration visit. The contractor will communicate and visit during scheduled working hours (8am to 6pm EST Monday through Friday). During this visit all costs for labor, software upgrades and materials will be free of charge. This visit will include: i. Alignment and testing of all components in the optical path for every mode ii. Co-registration of x-ray and optical modes iii. Geometrical correction test iv. Flat field correction test v. X-ray leakage test vi. Cleaning of all necessary parts vii. All software updated viii. Answer customer questions on the operation of the Bruker Xtreme. ix. Unlimited repairs of instrument. x. All repairs performed on-site by Bruker trained and certified field technicians. b. Response time for service visits shall be within 3 days of determining that a visit is necessary. The service contract will include all parts and labor. The contractor will maintain an inventory of parts for use in service. In those situations where the system console is not operational, repair parts to will be shipped to the MIF using overnight carrier services. After repairs are completed, defective components will be shipped back at the expense of the contractor. c. All labor shall be provided included and all non-consumable parts of the imaging system will be replaced (as needed) free of charge. Replacement parts include x-ray source components and camera. Replacement parts must be factory reconditioned or new from the original equipment manufacturer. Consumables such as bulbs, reagents, and samples shall not be covered by this plan. d. If replacement parts are required, they will be provided readily without delay on an exchange (refurbished) or new part basis. All parts will be warranted for a reasonable time period after installation. Additional materials necessary for engineering changes that are developed and mutually determined to be appropriate for the scanner will be available also. The contractor will be liable for delays in repair due to employee and or administrative issues that will directly or indirectly affect the performance of the MIF Bruker Xtreme 4MP Optical scanner. However, this does not include delays due to limited supply of parts. e. Unlimited remote access tech support shall be provided Monday through Friday 8am to 6pm EST. This includes phone support for technical issues on data acquisition and reconstruction, analysis, or any other technical question. f. All available software upgrades will be provided as soon as released, and free of charge. Software defects or other significant problems will be corrected as soon as possible though effective, mutual, communication regarding the steps taken or plan to take to repair instrument. g. Contractor will support the system in its original configuration unless those changes are made or directed by a Bruker Biospin Corporation representative. h. An Operator's Manual shall be provided for all hardware and software updates with documentation of changes. i. The MIF will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. j. The contractor will treat experimental information of the MIF as confidential. 2. The Contractor shall provide the following support for one (1) Bruker Skyscan 1176 X-ray micro-CT scanner (Serial No. 11D08046, NIH Decal No. 01884760) and all its associated system parts and software: a. One (1) annual preventative maintenance and system calibration visit. Contractor will communicate and visit during our scheduled working hours (8am to 6pm EST Monday through Friday). During this PM visit all costs for labor, software upgrades and materials will be free of charge. This visit will include: i. Gantry alignment test at low magnification (35µm pixel size) ii. Gantry alignment test at high magnification (7 µm pixel size) iii. All calibrations checked and adjusted iv. Geometrical correction test v. Flat field correction test vi. X-ray leakage test vii. Cleaning of all necessary parts viii. All software updated ix. Check and control of mechanical parts x. Answer customer questions on the operation of the 1176 CT. xi. Unlimited repairs of instrument. xii. All repairs performed on-site by Bruker trained and certified field technicians. b. Response time for service visit shall be within 3 days of determining that a visit is necessary. The service contract will include parts and labor. The contractor will maintain an inventory of parts for use in service. In those situations where the console is not operational, repair parts to will be shipped to the MIF using overnight carrier services. After repairs are completed, defective components will be shipped back at the expense of the contractor. c. All labor shall be included and all parts of the imaging system will be replaced (as needed) free of charge. Replacement parts include x-ray source components and camera. Replacement parts must be factory reconditioned or new from original equipment manufacturer. d. If replacement parts are required, they will be provided readily without delay on an exchange (refurbished) or new part basis. All parts will be warranted for a reasonable time period after installation. Additional materials necessary for engineering changes that are developed and mutually determined to be appropriate for the scanner will be available also. The contractor will be liable for delays in repair due to employee and or administrative issues that will directly or indirectly affect the performance of the MIF Bruker Xtreme 4MP Optical scanner. However, this does not include delays due to limited supply of parts. e. Unlimited remote access tech support Monday through Friday 8am to 6pm EST. This includes phone support for technical issues on data acquisition and reconstruction, analysis, 3D reconstructions or any other technical question. f. All available software upgrades will be provided as soon as released, and free of charge. Software defects or other significant problems will be corrected as soon as possible though effective, mutual, communication regarding the steps taken or plan to take to repair instrument. g. Contractor will support the system in its original configuration unless those changes are made or directed by a Bruker Biospin Corporation representative. h. An Operator's Manual shall be provided for all hardware and software updates with documentation of changes. i. The MIF will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. j. The contractor will treat experimental information of the MIF as confidential. 3. Upon completion of the annual preventative maintenance visit (or any repair/service visit), the contractor will provide at least one copy of a written report summarizing the visit. This report shall include a list of the hardware or software items checked, notations of any corrections made to bring each item into specifications, and any recommendations for maintaining the imager within optimal specifications. This report shall be provided to the NIH before the service technician leaves the MIF. Anticipated Period of Performance: The required period of performance shall be one year from date of award, plus one (1) one-year option period. Anticipated Contract Type: A firm fixed price purchase order with NET30 invoicing terms is anticipated. Capability Statement: Contractors that believe they possess the ability to provide the required maintenance support services 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 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 capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@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. Note: 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. The Government intends to negotiate a fixed-price purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-482/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03770084-W 20150621/150619234538-0681b12fd21a575da6fbff47a0fc55f0 (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 |