Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2024 SAM #8334
SOURCES SOUGHT

J -- Maintenance Support for Flow Cytometry Equipment

Notice Date
9/19/2024 6:51:57 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00581
 
Response Due
10/4/2024 6:00:00 AM
 
Archive Date
10/19/2024
 
Point of Contact
Emily Palombo
 
E-Mail Address
emily.palombo@nih.gov
(emily.palombo@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; (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 Flow Cytometry Shared Resource Laboratory is a core facility at the National Institute on Aging (NIA) Intramural Research Program (IRP). This core facility provides analytical flow cytometry and cell sorting services as well as access to instrumentation which is essential to the biomedical research mission of the NIA IRP. To ensure that instrumentation remains fully functional and that longitudinal studies may continue to use equipment calibrated in original equipment manufacturer standard ways, maintenance support is required. Purpose and Objectives: The purpose of this requirement is to procure continued maintenance support for flow cytometry equipment owned by the National Institute on Aging Flow Cytometry Shared Resource Laboratory. Project requirements: The contractor shall provide maintenance and repair service to the BD Biosciences FACSDiscover S8 including standard lasers. The maintenance and repair service must include parts, labor and travel for unlimited service calls during the required period of performance. The contractor shall respond to telephone service requests within 24 hours or less. The contractor shall respond to requests for on-site service within 72 hours or less between the hours of 8:00 AM and 5:00 PM EST Monday-Friday excluding Government holidays. Service needs must be resolved by the contractor within seven business days following initial on-site service for the concern, or a plan for resolution must be provided in writing if resolution is not performed in this timeframe.� Service must be performed by an original equipment manufacturer BD Biosciences authorized service technician. Service outside of the hours 8:00 AM to 5:00 PM EST Monday � Friday, excluding Government holidays, shall be considered emergency service and is not within the scope of this requirement. Anticipated period of performance: The required base period of performance is November 27, 2024 to November 26, 2025 with four option years: Base: November 27, 2024 � November 26, 2025 1 OY: November 27, 2025 � November 26, 2026 2 OY: November 27, 2026 � November 26, 2027 3 OY: November 27, 2027 � November 26, 2028 4 OY: November 27, 2028 � November 26, 2029 Place of performance: The place of performance shall be 251 Bayview Boulevard, Room 3C001, Baltimore, MD 21224. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their Unique Entity ID from SAM.gov, 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 and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Emily Palombo, Contract Specialist, at e-mail address Emily.palombo@nih.gov. � The response must be received on or before October 4, 2024, 9:00 am, Eastern Time. 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 presolicitation 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/c74152be6faa4cffa374078153286857/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN07218582-F 20240921/240919230130 (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.