Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOURCES SOUGHT

J -- Preventative Maintenance Service Contract

Notice Date
7/14/2010
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PG-(HG)-2010-196-DLM
 
Archive Date
8/11/2010
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The purpose of this SS is to identify qualified small business concerns [including Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB] that are interested in and capable of providing preventative maintenance to QPix2 and QBot high-throughput robot handling system. The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this Sources Sought notice or the NHLBI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The NHLBI is seeking capability statements from all eligible small business concerns [particularly Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB)] under the North American Industry Classification System (NAICS) code 811219 with a size standard of $7.0M Per Annum. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide the below services within 30 days after receipt of purchase order. THE CONTRACTOR MUST BE A LICENSED AND AUTHORIZED GENETIX TECHNICIAN/ENGINEER. Interested parties are expected to review this notice to familiarize yourself with the requirements of this project; failure to do so will be at your firm’s own risk. Statement of Work Background QPix2 and QBot are a high-throughput robot handling system that is capable of many applications that includes high-speed colony picking, macroarraying (gridding), replicating, and re-arraying. The QPix2 is a versatile, automated colony picker in a space-saving bench-top format. Colonies are imaged by an on-board CCD camera and picked at a rate of up to 4,600 colonies per hour. The fully enclosed system with UV sterilization ensures an ultra-clean environment, while the high-pressure wash station eliminates carry-over. The intuitive software allows maximum flexibility over colony selection criteria, gridding patterns and library management. The QBot has extensive plate-stacking capacity which allows high-throughput operation, while automated plate-handling and lid-removal enable long unattended runs. The intuitive software allows maximum flexibility over colony selection criteria, gridding patterns and library management. Purpose The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. QPix2 and QBot instrumentation is a necessary component for our sequencing production process. Maintenance and upkeep is a MUST to maintain productivity at NISC. Failure of equipment will cause a delay in process down the manufacturing production line. Contractor Requirements A. Gold Contract for QPix2 (s/n QP2300) 1. Travel to the Location to carry out remedial or preventative maintenance and guarantees to cover the Equipment for parts. Labor and travel for a period of 12 months. 2. If product failure occurs, the Contractor will use all reasonable endeavors to have its representative at the Location within 3 Working Days and the Contractor’s representative will use all reasonable endeavors to repair the defect or malfunction at the Location, but if that is not reasonably practicable (or is not reasonably practicable in the time available during the customer’s normal working hours [8:00 a.m. to 5:00 p.m. local time, Monday through Friday]), the Contractor’s representative will seek to make such arrangements with the Customer for: a. a further visit to be made to the Location during the Customer’s normal working hours for the repair of the defect or malfunction; or b. if the Equipment is inoperative as a result of the defect or malfunction, its repair at the Location outside the Customer’s normal working hours; or c. if it is not reasonably practicable for the defect or malfunction to be repaired otherwise, the removal of the Equipment (or, where practical, the part of the Equipment in question) for the purposes of repair. 3. Provide unlimited software support via telephone or email. Telephone support shall be available during Normal Working Hours (8:00 a.m. to 5:00 p.m. local time, Monday through Friday). 4. The Contractor will use all reasonable endeavors to perform routine maintenance on the Equipment at six-month intervals and provide current version software upgrades free of charge. Routine maintenance of the Equipment shall be carried out by one of the Contractor’s duly authorized representatives attending at the Location at such times during the Customer’s normal working hours (8:00 a.m. to 5:00 p.m. local time, Monday through Friday) as may be agreed in advance between the Contractor and the Customer from time to time. Routine maintenance includes lubrication, inspection and calibration procedures that are designed to reduce component failure and prolong the life of the Equipment. 5. Save for any reason of Force Majeure, if the Contractor fails to achieve the target of 3 working days pursuant to clause 1.7 of this Schedule, for each day over 3 days one extra day will be added to the termination date of the Agreement. B. Silver Contract for QBot (s/n QB131) Preventative Maintenance 1. Two routine maintenance inspections at six-month intervals have been added to the Silver contract. This includes labor, parts and travel. 2. Contractor shall supply all parts at a reduced cost. Labor will also be charged at a reduced rate for each hour. The minimum charge is four (4) hours. Travel will be charged according to customer based on the closest support representative location: Region 1: 0 to 120 miles from closest support representative location: per hour Travel; 2 hour minimum lodging if travel occurs after 6 PM; Region 2: 121 to 750 miles from closest support representative location: flat Travel Expense rate; Region 3: 751 and above miles from closest support representative location: flat Travel Expense rate. 3. Contractor will provide Software Support which will entitle the Customer unlimited Phone and Email support at no additional charge and provide downloads to current software upgrades free of charge. 4. On site repairs requiring a visit from a Field Support Engineer (FSE), labor will be charged at a standard rate per hour plus travel. The minimum charge is four (4) hours. Travel will be charged as given above. Government Responsibilities 1. At all times keep the Equipment in the environmental conditions recommended by the manufacturer. 2. Use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. Not allow any person other than the Contractor’s representatives or the Customer’s representative working under the Contractor’s specific instruction, to maintain, repair or replace any part of the Equipment. Reporting Requirements and Deliverables • The Contractor will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements • NISC accepts the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. Sources will be evaluated on detailed experience with this type of work in addition to past performance and their personnel assigned to this project. Interested parties should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and in the attached draft statement of work. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Dorothy Maxwell, Contract Specialist, at maxwelld@mail.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by July 27, 2010, 7:30 AM, EST. All responses must be received by the specified due date and time in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PG-(HG)-2010-196-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02206185-W 20100716/100714235539-f9db9619e73cc01376dc5d48be47c9fe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.