Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2018 FBO #5972
SOURCES SOUGHT

66 -- Service Maintenance Agreement – Beckman Coulter Centrifuges and Ultra-Centrifuges

Notice Date
3/29/2018
 
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, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
SS-NIAID-1895460
 
Archive Date
4/10/2018
 
Point of Contact
Jesse Weidow, , Janna Weber,
 
E-Mail Address
weidowjd@niaid.nih.gov, janna.weber@nih.gov
(weidowjd@niaid.nih.gov, janna.weber@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement Title: Service Maintenance Agreement - Beckman Coulter Centrifuges and Ultra-Centrifuges ID: SS-NIAID-1895460 Post Date: March 29, 2018 Response Date: April 09, 2018 Classification Code: NAICS: 811310 Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background, Purpose, Objectives The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Infectious Diseases (LID), is currently seeking sources capable of providing both preventative maintenance and repair services for the following Beckman Coulter equipment listed below, located in multiple facilities on the main NIH campus at 9000 Rockville Pike, Bethesda, MD. Project Requirements Successful offerors must have the knowledge, skill, ability, and resources to reliably provide service repairs and preventative maintenance to the equipment. Note*** the equipment listed is currently being covered by a service agreement. Anticipated Period of Performance It is anticipated that an award will be made before the period of performance (POP) start date. The estimated POP start date will be May 01, 2018 - April 30, 2019. The government anticipates awarding a base, one-year contract. Capability Statement/Information Sought All capable vendors should respond with a brief capability statement by April 09, 2018 at 5:00 PM EST. Capability statements must reference similar work that has been performed by the contractor and any experience with contracts of similar size and scope, as well as certification that OEM parts, software updates and service will be provided. If your organization has the potential capacity to support this requirement, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, DUNS number and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of capability. Capability statements should also include documentation indicating that offerors business size as determined by the Small Business Administration's Table of Size Standards located at: (https://www.sba.gov/content/small-business-size-standards) for NAICS 811310. This SBA size standard is currently $20.5 million but is subject to change. Prospective offerors may also note whether they meet any other socio-economic business categories such as 8(a), Hub-Zone, or Service Disabled Veteran when submitting their capability statement. Submission Instructions Interested businesses who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by April 09, 2018 at 5:00 PM EST. All responses under this Sources Sought Notice must be emailed to purchasing agent, Jesse Weidow: jesse.weidow@nih.gov. 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 pre-solicitation 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). # DESCRIPTION 1 Allegra 25R centrifuge s/n AJC06J001 2 Allegra 25R Centrifuge S/N AJC16A009 3 Allegra 64R centrifuge s/n ALV14K02 4 Allegra X-12R centrifuge s/n ALX04J01 5 Allegra X-12R centrifuge s/n ALX07E29 6 Allegra X-15R centrifuge s/n ALP05L16 7 Allegra X-15R centrifuge s/n ALP06d21 8 Avanti J-20XP centrifuge s/n JXP01F20 9 Avanti J20XP centrifuge s/n JXP01F16 10 Avanti J-26XP centrifuge s/n JXS06C09 11 Avanti J-20XP centrifuge s/n JXP04C12 12 Optima L-100 XP Ultracentrifuge s/n LXP03F13 13 Optima L-100 XP Ultracentrifuge s/n LXP04D09 14 Optima L-90K Ultracentrifuge s/n COL06J24 15 Optima L-90K Ultracentrifuge s/n COL06L34 16 Optima TLX-CE Table top Ultracentrifuge s/n CTX97D26 17 Optima XL-100k Ultracentrifuge s/n COX01D14 18 Optima XL-100k Ultracentrifuge s/n COX01E12 19 Optima XPN-100 Centrifuge s/n XPN12H31 20 TN, VI-Cell XR WIN 7 Instrument S/N AJ16079 21 Allegra X-30R, IVD Centrifuge S/N ALZ15A031
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/SS-NIAID-1895460/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04871972-W 20180331/180329231712-9e96f532233624b83cc3f6c9d201d63c (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.