SOURCES SOUGHT
J -- Maintenance support services for LRBGE�s Bio-Rad equipment
- Notice Date
- 6/30/2020 8:41:30 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91020R00044
- Response Due
- 7/8/2020 9:00:00 AM
- Archive Date
- 07/23/2020
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Description
- SOURCES SOUGHT NOTICE: Maintenance support services for LRBGE�s Bio-Rad�equipment Notice Number: 75N91020R00044 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov� or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: July 8, 2020 by 12:00PM 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 businesses that are interested in and capable of performing the work 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 under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 811219 with a size standard of $20.5 million. 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. BACKGROUND The Laboratory of Receptor Biology and Gene Expression elucidates the mechanisms involved in the regulation of genetic expression in eukaryotic cells and identifies the genes and regulatory processes involved in modulated states of expression during oncogenesis. In order to do so, specialized equipment is needed to tease out the organization of chromatin. The equipment covered under this acquisition has been purchased over many years and requires emergency service for it to function when something goes wrong with it. OBJECTIVE This acquisition is to ensure that down-time is minimized, when the equipment is malfunctioning. This acquisition will require the Contractor to provide unlimited on-site repair visits, including parts, labor and travel expenses, during the service agreement coverage period. SCOPE The Contractor shall provide all labor, travel, material, parts and equipment to provide unlimited repair for government-owned equipment for the period of performance listed: All service shall be performed in accordance with the manufacturer�s standard commercial maintenance practices. CONTRACT REQUIREMENTS EMERGENCY SERVICE Emergency repair services shall be provided: unlimited on-site repair visits, including parts, labor and travel expenses, during the service agreement coverage period at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday thru Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is malfunctioning, the Contractor shall dispatch a qualified factory-trained service representative within one business day to inspect the malfunctioning equipment and perform all necessary repairs and adjustments to restore the said equipment to normal operating condition.� Emergency service calls shall not replace the necessity for planned preventative maintenance. The contractor shall provide technical support hot-line number for telephonic trouble shooting during normal working hours. PC coverage is not included. In the event that PC service is required, reinstallation of Bio-Rad provided software and PC re-configuration is covered by this agreement. For mail in contract equipment, Contractor shall provide appropriate boxes for shipping equipment to the contractor for service. REPLACEMENT PARTS� The Contractor shall furnish all required replacement part at no additional cost to the Government, with the exception of consumable parts. The parts shall be new or remanufactured to original equipment specifications. SOFTWARE UPDATES/SERVICE� The Contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures. This service shall include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government.� The Contractor shall receive Government approval in advance before any software updates and or revisions.� Defective software shall be replaced at no additional cost to the government. 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. TYPE OF ORDER This will be issued as a severable firm fixed price purchase order. PERIOD OF PERFORMANCE The period of performance is as follows: Base Period:������ �������� August 1, 2020 to July 31, 2021. Option Period 1: ������� August 1, 2021 to July 31, 2022. Option Period 2: ������� August 1, 2022 to July 31, 2023. PLACE OF PERFORMANCE Onsite services shall be performed at the following location: ����������� LRBGE ����������� BLDG 41 ����������� NIH, NCI ����������� 41 MEDLARS Dr ����������� Bethesda, MD 20892 How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above.� All proprietary information should be marked as such.�� Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current 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. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. � Due Date:� Capability statements are due no later than July 8, 2020 by 12:00PM EST 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 David.Romley@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.� In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov.� No collect calls will be accepted.�Please reference number 75N91020R00044 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, a RFQ may be published in Fed Biz Opps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0b706fad65bb42c9a20dbdb1691f8e5b/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05708757-F 20200702/200630230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |