SOURCES SOUGHT
J -- Maintenance Service Agreement for GE SPINlab Hyperpolarizer System
- Notice Date
- 4/24/2023 7:07:14 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NIH NCI Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N91023Q6585087
- Response Due
- 5/4/2023 9:00:00 AM
- Point of Contact
- Miguel Diaz
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Description
- ISSUED BY: National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Acquisitions (OA) DESCRIPTION: This is a Sources Sought Notice (SSN) and is for information and planning purposes only. This notice shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this SSN is to identify qualified business concerns, especially small businesses, that are interested in and capable of performing the work described herein, The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The requirement�s suggested North American Industry Classification System (NAICS) code is 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34,000,000. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise because of a response to this SSN or the NCI�s use of such information furnished in response to this notice. RESPONSE INSTRUCTIONS: Responses to this notice shall be submitted via email to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov no later than 12:00 P.M. EST on Thursday, May 04, 2023. All information furnished must be in writing and must contain enough detail to allow the NCI to determine the respondents� ability to meet the requirements described herein.�A response should not exceed 10 single-sided pages including all attachments, charts, etc. (single space, 12-point font minimum) that clearly responds to the below questions. All proprietary information should be marked as such. Please reference notice number 75N91023Q6585087 on all correspondence. Requested Information: Please provide the following information in your company�s response: Company Name Point of Contact (POC) (including telephone and email address) Company�s System for Award Management Unique Entity Identifier (UEI) Socio-economic status (8(a), SDVOSB, VOSB, Woman-Owned, Other� etc.). Information on any currently held government contracts to include: Contract Number Type of Contract Contracting Agency (GSA, SEWP, etc.) If you hold a current GSA schedule contract, specify which SINs are best suited for providing the services/items specified in the SOW. Provide product information such as brochures, manuals, etc. Provide any available pricing information. Provide information pertaining to the origin of the equipment, and where it�s manufactured. 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 the 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 capability. 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 synopsis and solicitation may be published. However, responses to this notice will not be considered an adequate response to a solicitation(s). TITLE Maintenance Service Agreement for GE SPINlab Hyperpolarizer System BACKGROUND The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a GE MR SPINlab Hyperpolarizer System (MRS001). The fully automated SPINLAB system operates at sub-Kelvin temperatures to hyperpolarize reagents in a mechanically controlled vacuum and dissolution system and to bring them back to room temperature within a very short time, thereby producing tracers which are suitable for human applications in magnetic resonance imaging (MRI) studies. Its cryogenic superconducting magnet is located within a helium-filled cryostat container and suspended in an external vacuum vessel. Other important features, for clinical use, are its automated 4-channel system, its integrated fluid path, and its quality control module that measures pyruvate and residual radical concentrations, pH, temperature, infusion volume, and polarization without compromising the sterile barrier. The SPINlab system is used by the Radiation Biology Branch (RBB) at the National Cancer Institute (NCI) to prepare hyperpolarized tracers for pre-clinical and clinical metabolic MRI studies. The studies involve the preparation of 13C-labeled metabolic tracers (pyruvate, fumarate) by hyperpolarization, injecting the labeled tracers into subjects, and following the breakdown products using 13C MRI (magnetic resonance imaging); with the objective of profiling renal cell cancers to plan treatments using appropriate regimens. All maintenance services shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices. TYPE OF ORDER This shall be a Firm Fixed-Price, Severable Services Order. ORDER REQUIREMENTS PREVENTIVE MAINTENANCE The Contractor shall perform two (2) planned preventive maintenances during the contract period.� Technically qualified factory-trained personnel shall perform Service.� 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 during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within provide a one (1) hour initial response with a twenty-four (24) hour on-site response a qualified factory-trained 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 will be included. 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 new to original equipment specifications and shall be Original Equipment Manufacturer parts. Parts will be delivered the earliest next day. 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 for 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. All software must be from the original manufacturer; no third-part software may be installed. The Contractor shall provide unlimited clinical technical telephone support (24hrs/day, 7 days/week) for troubleshooting for the instrument and clinical application support (M-F 8am-9pm), excluding Federal holidays. REMOTE SUPPORT The Contractor shall provide unlimited remote technical support to the end-user. Technical support shall include diagnosis of the issue encountered by the end-user. If the issue can be corrected remotely, the Contractor shall perform remote corrective maintenance or walk the end-user through any simple adjustments and corrections necessary to resolve the issue. Technical support shall be provided by a certified service engineer or technically qualified factory-trained personnel. The Contractor shall provide a toll-free telephone number for real-time remote technical support requests. The Contractor shall use its best efforts to respond to all technical support requests submitted via telephone immediately. If the Contractor is unable to respond immediately, the Contractor shall provide support within one (1) hour after the technical support request call is made by the end-user. Real-time remote technical support via telephone shall be available during normal business hours, Monday � Friday, 8:00 a.m. � 5:00 p.m. Eastern Standard Time. If the Contractor cannot resolve a remote technical support request within three (3) business days, the Contractor shall provide on-site emergency repair services within three (3) business days in accordance with this Statement of Work. 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. PERSONNEL QUALIFICATIONS Technically qualified factory-trained personnel shall perform service to the SPINlab Hyperpolarizer at the NIH/NCI/RBB, as covered by this contract. 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, Rm. B3B401 ����������� Bethesda, MD� 20892
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/859b5cafa72344629c2036029cfb0c78/view)
- Record
- SN06660851-F 20230426/230424230119 (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 |