Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOURCES SOUGHT

J -- Maintenance Services for a Government-ownedOxford Instruments HyperSense Polarizer

Notice Date
7/24/2018
 
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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO82623-95
 
Archive Date
8/15/2018
 
Point of Contact
Ricky J. Watson, Phone: 2402766594
 
E-Mail Address
ricky.watson@nih.gov
(ricky.watson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Capability Statement Due Date: July 31, 2018 by 09:00 AM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of providing the instrument described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 should not submit a response to this notice. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this acquisition is to provide maintenance services for a Government-owned HyperSense Polarizer. The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a Government-owned HyperSense polarizer, (S/N OX20). The HyperSense operates at sub Kelvin temperature to polarize samples and then bring them to room temperature in a short amount of time. The samples are injected as tracers into rodents to enable metabolic MRI studies. All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. SPECIAL ORDER REQUIREMENTS PREVENTIVE MAINTENANCE The Contractor shall perform one (1) planned preventive maintenance each year during the entirety of the period of performance. All services shall be performed by technically qualified factory-trained personnel. Service shall consist of: a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. EMERGENCY SERVICE On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided between 8am to 5pm EST, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall provide a telephone response within one business day. If phone assistance and/or parts exchange does not resolve the issue, the vendor shall resolve the issue by providing an onsite qualified factory trained engineer response within 15 days of the request for service. The qualified factory-trained service representative will inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. TECHNICAL SUPPORT The Contractor shall provide unlimited remote technical support via phone or email, Monday through Friday 8:00 AM - Friday 5:00 PM EST) excluding Federal holidays. The Contractor shall provide on-site troubleshooting in accordance with the manufacturer's latest established service procedures. These services shall only be provided by OEM authorized and factory-trained service engineers. REPLACEMENT PARTS The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be service exchange or new to original equipment specifications and be delivered to the site. Rotary pumps, spares and consumables are not included. The Contractor shall furnish all replacement parts. Parts shall be new or remanufactured to original equipment specifications. Parts will be invoiced to the Government. SOFTWARE UPDATES/SERVICE The Contractor shall provide Software Service and updates in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support on the use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. The Contractor shall provide unlimited technical telephone support (8:30 - 5pm CST, M-F) for trouble-shooting for the instrument, excluding Federal holidays. TYPE OF ORDER This is a firm fixed price purchase order. SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. SEVERABLE SERVICES The services acquired under this purchase order are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. PERIOD OF PERFORMANCE The base period of performance shall be one (1) 12-month base period, and three (3) option periods: Base Period: 09/14/2018 - 09/13/2019 Option Period 1: 09/14/2019 - 09/13/2020 Option Period 2: 09/14/2020 - 09/13/2021 Option Period 3: 09/14/2021 - 09/13/2022 PERSONNEL QUALIFICATIONS Only technically qualified factory-trained personnel shall perform service to the HyperSense Polarizer, S/N OX20, as covered by this service agreement. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. PLACE OF PERFORMANCE Onsite services shall be performed at the following location: NIH, NCI 10 Center Dr Bldg 10 Bethesda, MD 20892 How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement that clearly details the ability to provide the instrument or equal of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 09:00 AM EST on July 31, 2018. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to Ricky Watson, Contract Specialist at ricky.watson@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy when submitting the quote. No collect calls will be accepted. Please reference number N02CO82605-95 on all correspondence. 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, an RFQ may be published in eBuy. However, responses to this notice will not be considered adequate responses to a solicitation(s). FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Point of Contact: Inquiries concerning this Notice may be direct to: Ricky Watson 9609 Medical Center Dr. Room 1E140 Bethesda, MD 20892-9705 Ricky.watson@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82623-95/listing.html)
 
Record
SN05004866-W 20180726/180724231122-51fe3628f8e45591d3b1692e9ceaa7a0 (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.