Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2021 SAM #7063
SOURCES SOUGHT

J -- Preventative Maintenance and Service Agreement for Zeiss LSM 780 Confocal Microscope System

Notice Date
4/1/2021 7:58:31 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-21-002863SS
 
Response Due
4/16/2021 1:00:00 PM
 
Archive Date
05/01/2021
 
Point of Contact
Sarah Adan, Phone: 301.480.5422, Valerie Whipple, Phone: 301.827.5218
 
E-Mail Address
sarah.adan@nih.gov, valerie.whipple@nih.gov
(sarah.adan@nih.gov, valerie.whipple@nih.gov)
 
Description
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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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: The National Institute of Mental Health (NIMH) Systems Neuroscience Imaging Resource operates several microscopes to support light microscope image acquisition in the NIMH intramural program. One of those microscopes is a LSM 780 confocal microscope system. This microscope allows high quality confocal imaging using multiple fluorescent probes. It is used by scientists from approximately 10 intramural laboratories and provides critical data for their research programs. Additional instruments have been acquired recently. Thus, while this instrument is still heavily used to provide data for ongoing projects and provides some unique capabilities, it is no longer the sole or most up to date instrument available to investigators. It is essential to have a maintenance contract to keep the instrument in optimal working condition, but the maintenance contract should take into account the current usage pattern of the instrument. At the time this instrument was acquired, Windows 7 was the standard operating system for PC-based instruments. Windows 7 is no longer fully supported and operating instruments on Windows 7 creates communication and security challenges. Thus, one of the goals of this acquisition is to upgrade the operating system to Windows 10. Purpose and Objectives: The purpose of this acquisition is to acquire a Preventative Maintenance (PM) and Service Agreement for the Zeiss LSM 780 Confocal Microscope System. The contractor shall provide maintenance support and guidance for the hardware and software on this system and support the on-going research performed on this system. Project Requirements: The contractor shall provide full service and warranty for one year for all parts of existing Zeiss LSM 780 Confocal Microscope System serial number 2504000411. Items covered include: the basic LSM, microscope(s), scan module, spectral detector, 34 channel GaAsP detector, electronics controller, system controller, stage, Ar CW gas/HeNe lasers, and power supplies. These include 405nm, Argon 488nm CW gas, HeNe 543nm, and HeNe 633nm lasers. The agreement should include: � One (1) preventative maintenance (PM) inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit. � All labor and travel related charges, associated with any service visit in addition to the PM visit during the contract year, are included. � All covered replacement parts � Scheduled and emergency service performed between the hours of 8:00 AM and 5:00 PM Monday through Friday excluding national and federal holidays. In addition, the coverage includes upgrading the operating system of the workstation running the microscope to Windows 10 and ensuring that all functions available in the current Windows 7 environment are fully operational. The contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Service shall include labor and parts coverage, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance. The contractor must perform diagnosis within 24 hours and repair within 48-72 hours. Service shall be performed by a factory trained Field Service representative. Period of Performance: The period of performance is one (1) twelve-month base year with three (3) twelve-month option years. Proposed Base Year: �������������� June 1, 2021 � May 31, 2022 Proposed Option Year One: ���� June 1, 2022 � May 31, 2023 Proposed Option Year Two: ���� June 1, 2023 � May 31, 2024 Proposed Option Year Three: � June 1, 2024 � May 31, 2025 Capability statement /information sought:� Respondents must provide clear and convincing documentation of their capability of providing the services specified in this notice. 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. 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 in an outline format that addresses each of the elements of the service requirement and in the capability statement /information sought paragraphs stated herein.� The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Sarah Adan, at e-mail address sarah.adan@nih.gov with the subject line NIMH-21-002863SS.�� The response must be received on or before April 16, 2021, 4:00 pm, Eastern Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2233d06d4674af39d7d7737ffad7365/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN05960647-F 20210403/210401230119 (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 |
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.