SOURCES SOUGHT
J -- Maintenance Agreement for Leica Microscopes for the Laboratory of Immune System Biology (LISB)
- Notice Date
- 1/18/2024 1:02:45 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- SS-NIAID-24-2207455
- Response Due
- 1/29/2024 12:00:00 PM
- Archive Date
- 02/13/2024
- Point of Contact
- Kathy Song, Tamara McDermott
- E-Mail Address
-
kathy.song@nih.gov, tamara.mcdermott@nih.gov
(kathy.song@nih.gov, tamara.mcdermott@nih.gov)
- Description
- Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. � Project Summary The Laboratory of Immune System Biology (LISB) in the Division of Intramural Research (DIR) at the National Institute of Allergy and Infectious Diseases (NIAID) conducts research in fundamental and applied aspects of immunology. The major research activities of LISB are focused on the basic genetics, molecular biology, and cell biology of the immune system, as well as on human diseases informed by these more basic studies. A key aspect of LISB�s research is the development and application of systems and quantitative approaches to dissect how the molecules, cells, and commensals studied by LISB investigators together shape emergent immune system behavior. To do so, LISB along with the Center for Advanced Tissue Imaging (CAT-I) focus on high-tech imaging analysis and advanced microscopy techniques. LISB has multiple high-end platforms already in use for imaging various samples and therefore, a service contract is needed for various equipment to augment those capabilities by providing support upstream of imaging and servicing.� Since they are so widely used, a service contract is needed for LISB�s microscopy equipment to ensure the optimal condition of and successful continuous operation of instruments without failure. Without a service contract that includes a preventive maintenance visit and prompt service to remedy downtime, there would be detrimental impacts to the research work of LISB�s investigators. Specifically, DIR LISB is seeking a maintenance agreement for various Leica equipment listed below. Equipment No.� � � � � � � �Serial No.� � � � � � � � Description 11367646� � � � � � � � � � � � 8100000263� � � � � � �SP8 AOBS IR 81-263 12458257� � � � � � � � � � � � 8110002284� � � � � � �SP8 WLL2 TAN 811-2284 12114243� � � � � � � � � � � � 8100001644� � � � � � �SP8WLL2 SMD 81-1644 12114242� � � � � � � � � � � � 8100001645� � � � � � �SP8WLL2 SMD 81-1645 12800275� � � � � � � � � � � � 516756� � � � � � � � � � �THUNDER 516756 12660478� � � � � � � � � � � � 501004� � � � � � � � � � �THUNDER 501004 12914688� � � � � � � � � � � � 8300000272� � � � � � �STELLARIS 8- 83-272 12914688� � � � � � � � � � � � 8300000272� � � � � � �STELLARIS 405 PQ 12914688� � � � � � � � � � � � 8300000272� � � � � � �WLL STELLARIS 8 PP 12916377� � � � � � � � � � � � 8300000271� � � � � � �STELLARIS 83-271 12916377� � � � � � � � � � � � 8300000271� � � � � � �STELLARIS 488 12916377� � � � � � � � � � � � 8300000271� � � � � � �STELLARIS 561 12916377� � � � � � � � � � � � 8300000271� � � � � � �STELLARIS 638 12916377� � � � � � � � � � � � 8300000271� � � � � � �WLL STELLARIS 83-271 The service agreement of the various Leica equipment must meet the following minimum requirements: Unlimited service visits by manufacturer-trained and qualified field service engineers. Unlimited original equipment manufacturer (OEM)�s replacement parts, components, or modules necessary for repairs, excluding multiphoton lasers, third party items, and consumables.� Coverage of OEM parts, labor, and travel. Coverage includes all fees associated with repairs (labor and replacement parts) for any service or repairs performed. One (1) onsite Preventive Maintenance inspection to be performed during a twelve-month period to ensure the instruments are performing to factory specifications. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed in your response. OEM Trained Certified Technicians required. 48-hour guaranteed priority response time after receipt of a service call. Proprietary instrument control software and hardware updates (can occur during scheduled firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit), including software revision. Provide End User License Agreement (EULA) if applicable. Unlimited service visits and telephone support during normal business days and hours, excluding Federal holidays, as well as access to expert applications and technology support center (M-F, 8 AM � 5 PM PT) Field service representative trained to provide service in biosafety level 2 (BSL-2). Anticipated Period of Performance It is anticipated that an award will be made on or about February 29, 2024. The anticipated period of performance shall be one (1) year from March 1, 2024 through February 28, 2025. Capability Statement/Information Sought If your organization has the potential capacity to provide a maintenance agreement which meets the minimum requirements listed above, please provide the following information: Organization name, address, point of contact, email address, website address, telephone number, UEI number. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.) pursuant to the applicable NAICS code. Identification of any Best-in-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule, NITAAC) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY. Tailored capability statement addressing the organization�s capability to provide maintenance services that meet NIAID�s minimum requirements. Capability document shall be no more than six pages. The priority scheduling and/or response time must be provided with your response. Submission Instructions Interested businesses who consider themselves qualified to provide the above listed maintenance agreement for this project are invited to submit a response to this Sources Sought Notice by January 29, 2024 at 3:00 PM EST. All responses under this Sources Sought Notice shall be emailed to Kathy Song at kathy.song@nih.gov. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. �However, responses to this notice will not be considered adequate responses to a solicitation. 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(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f97db0d7f9f84fb6ae956529f7b5fedd/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN06939369-F 20240120/240118230053 (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 |