Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOURCES SOUGHT

J -- Maintenance and Support Services for NMR Systems

Notice Date
5/14/2018
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800207
 
Archive Date
6/5/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Description: 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. 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: This requirement is for service agreements to cover (2) two nuclear magnetic resonance (NMR) systems manufactured by Agilent Technologies, Inc. This equipment yields qualitative information about the purity of the reactions and target molecules synthesized by chemists at the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH). These units are such a key tool in the purification and identification step that this process is critical to our research goals and will be in extremely high use in the NCATS chemistry labs. Purpose and Objectives: This requirement is for maintenance and support services for (2) two NMR systems. Project requirements: Maintenance and support services for the following two (2) NMR systems manufactured by Agilent Technologies: 1. Model Description: 600MHz VNMRS or DD2 NMR Basic System 2. Model Description: MR 400 NMR Basic System Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) authorized service providers and suppliers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Contractor shall schedule and perform onsite preventive maintenance on the subject equipment from 8:00 am - 5:00 pm Monday through Friday, excluding Federal holidays. NCATS will provide vendor access to Agilent equipment. Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the NCATS Point-of-Contact (POC). The service technician is to present a service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. Anticipated period of performance: One-year base period from the date of award with four additional (4) one-year option periods. Other important considerations: The government is not responsible for travel. Capability statement: Respondents must provide clear and convincing documentation of their capability of providing the services specificed in this notice. Also, information must be provided in sufficient details of the respondents' 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. 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. Submission Insturctions: 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 Contract Specialist Mark McNally at e-mail address mcnallyme@mail.nih.gov. The response must be received on or before 3:00PM, Eastern Time, Monday, May 21, 2018. "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/NIHDA201800207/listing.html)
 
Place of Performance
Address: Building B, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04921658-W 20180516/180514230832-f5deb0eb91770a7491c2bf375c930512 (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.