Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2023 SAM #7716
SPECIAL NOTICE

J -- License, maintenance and support for one (1) Government-owned Leica Microsystems AT2 ScanScope digital slide scanner, eSlide manager database software.

Notice Date
1/10/2023 8:49:22 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N91023Q6533548
 
Response Due
1/19/2023 9:00:00 PM
 
Point of Contact
Miguel Diaz
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Rockville, MD 20850 UNITED STATES Description: The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Pathology Unit (MPU) intends to procure, on a sole source basis, license, maintenance and support for one (1) Government-owned Leica Microsystems AT2 ScanScope digital slide scanner, eSlide manager database software from Leica Microsystems, Inc of 10 Parkway North, Deerfield, IL 60015. This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). The North American Industry Classification System (NAICS) code is 811210 and the business size standard is $34 million. BACKGROUND The National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Pathology Unit (MPU) conducts research and development in computer- assisted diagnosis.� Digital imaging and computational biological analysis enables more reproducible quantitative and accurate cancer tissue specimen analysis. Project technology benefits cancer research and improves disease diagnosis through generation of data aimed at revealing disease mechanisms. The instrument is used to acquire digital research pathology data and data analysis, by providing a means to digitize images from histology tissue sections, allowing for telepathology, database archiving and subsequent computer-assisted image analysis. The U.S Department of Health and Human Services, National Cancer Institute (NCI), Center for Cancer Research (CCR), Computational and Molecular Pathology Unit (CMPU), Laboratory of Cancer Biology and Genetics (LCBG) has a requirement for the license, maintenance and support for a Government-owned Leica Microsystems AT2 ScanScope Digital Slide Scanner. The instrument is used to acquire digital research pathology data and image data file viewing analysis, by providing a means to digitize images from histology tissue sections, allowing for telepathology, data base archiving and computer-assisted image review.� The licensure must include the use of the device software to operate the digital scanner, its� integrations with our database and storage server, and the software for managing the database.� The instrument and operating system are essential for the LCBG�s and CCR digital slide capture and image analysis database that generates and stores scientific research data. SCOPE � The contract shall include: Device and software license; unlimited on-site repair service including all labor, replacement parts, and travel expenses associated with providing service at the NIH site; One (1) preventative maintenance inspection during the agreement period to include evaluation of hardware, calibration, alignment, cleaning, part replacement if necessary, and installation of software updates.� Items included under this agreement are AT2 ScanScope scanning system, hardware, and software and firmware updates.� Technical support will be provided by telephone (3PM Sunday through 5PM Friday PST). On-site hardware repairs will be performed within 5 days after report of repair needed. Service shall be performed by trained, technically qualified personnel.� All maintenance services shall be performed in accordance with the manufacturer�s standard maintenance practices by manufacturer certified technical representatives.� Work under the contract must satisfy and continue instrument warranty requirements.�� 2.0������ TYPE OF ORDER This is a firm fixed-price purchase order. ���������������� ���������������� 3.0������ SPECIAL ORDER REQUIREMENTS 3.1������ PREVENTIVE MAINTENANCE� The Contractor shall provide all labor, replacement parts, equipment and travel expenses associated with providing preventive maintenance for the existing Government-owned instrument. All maintenance services shall be performed in accordance with the manufacturer�s standard commercial maintenance practices. The Contractor shall perform one (1) preventive maintenance inspection during the contract period. Service shall be performed by trained, technically-qualified personnel. Service shall consist of evaluation of hardware, calibration, alignment, cleaning and part replacement if necessary, and installation of software updates in accordance with the manufacturer's latest established service procedures. �Hence the contractor shall own the copy right of the software operating the scanner. Contractor shall provide unlimited on-site repair service visit shall be provided during the term of this contract at no additional cost to the Government. Items included under this agreement are the AT2 ScanScope scanning system, hardware, and software and firmware updates. Phone and email technical support will be available by telephone (3PM Sunday through 5PM Friday PST).� 3.2������ EMERGENCY SERVICE On-site, emergency repair services shall be provided during the term of this contract at no additional cost to the Government.� Emergency on-site support and service shall be provided during regular operating hours (Monday through Friday excluding federal holidays) and priority on-site service for down instrument. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall provide an initial response consisting of sufficient remote troubleshooting and 5 business day on-site response with a qualified factory-trained and certified service representative to 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. All labor and travel shall be included. Within 5-7 days of the completion of any emergency repair services performed, the contractor shall provide a brief report to the Technical Point of Contact (TPOC) stating the equipment malfunction that occurred, the repair efforts, and the duration that was required to restore the equipment to operation. The report shall be provided in electronic format (Word or PDF file). ����������� 3.3������ REPLACEMENT PARTS� The contractor shall furnish all required replacement parts at no additional cost to the Government, for systems under extended warranty.� Parts shall be new or remanufactured to original equipment specifications. 3.4������ SOFTWARE UPDATES/SERVICE� The contractor shall provide Device license Software Service in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and trouble-shooting of the operating systems, at no additional cost to the Government.� The contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government.� Defective software shall be replaced at no additional cost to the Government. 3.5������ SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water.� The contractor shall not be responsible for consumable items (video printers, film recorders, printers, etc.), or mass storage devices. ����������������������������������������������������������������������������������� 3.6������ PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months with four (4) 12-month option periods: -���������� 03/01/2023 � 02/29/2024 -���������� 03/01/2024 � 02/28/2025 -���������� 03/01/2025 � 02/28/2026 - ��������� 03/01/2026 � 02/28/2027 - ��������� 03/01/2027 � 02/28/2028 3.7������ PERSONNEL QUALIFICATIONS Only technically qualified factory-trained personnel shall perform service to the Leica Microsystems AT2 ScanScope digital slide scanner system covered by this contract.� This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a capability statement for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 12:00 PM ET, on January 20, 2023.� All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov.� A determination by the Government not to compete this proposed 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 be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference 75N91023Q6533548 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18f29b9246c44cc69b05f4e8956fd427/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06560208-F 20230112/230110230106 (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.