Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOURCES SOUGHT

66 -- On-site Preventive Maintenance, Inspection, and Emergency Repair of Government-Owned Applied Biosystems Instruments

Notice Date
1/25/2012
 
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, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIHOD2012315
 
Archive Date
2/23/2012
 
Point of Contact
Susan K. Apter, Phone: 301-402-9671
 
E-Mail Address
apters@mail.nih.gov
(apters@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The National Institutes of Health (NIH) is conducting a market survey to determine the availability and potential technical capability of businesses to provide on-site preventative maintenance, inspection and emergency repair of government-owned Applied Biosystems Laboratory Equipment. Address for submitting capability statements is provided below. This product is commercially available. The contractor shall provide on-site preventative maintenance, inspection and emergency repair of government-owned AB Applied Biosystems Laboratory Instruments in accordance with the salient characteristics listed below: 1. The contractor shall perform preventive maintenance in sufficient detail and frequency to ensure the capability and availability of the AB Applied Biosystems Laboratory Instruments. 2. The contractor shall perform preventive maintenance calls which shall consist of, but shall not be limited to, inspection, examination of all functioning parts, thorough cleaning, proper lubrication, replacement or repair of worn or unserviceable parts, adjustment and calibration made with the expressed intent of maintaining the instrument(s) to the manufacturer's original specifications. 3. The contractor shall respond to emergency repair calls from NIH users. The contractor's response shall include but shall not be limited to the inspection and restoration of each instrument to it's original specified operating parameters in 24 consecutive hours, not to exceed 48 hours, excluding weekends and Federal holidays, after an emergency call has been placed. 4. The contractor shall remotely and proactively track critical system parameters over the Internet and identify potential instrument problems before they affect NIH laboratory's efficiency. 5. All labor and travel fees shall be included for instrument repair and planned maintenance. 6. The contractor shall provide immediate telephone and e-mail access to trained engineer instrument technical support. 7. The contractor shall provide priority telephone and e-mail access to instrument application technical support. 8. The contractor shall provide relocation services for all instruments covered by the contract. 9. The contractor shall provide engineers that have the expertise to meet the support requirements of all designated current and future AB Applied Biosystems instruments and technologies that NIH may acquire. The Contractor/service engineer must be authorized to perform preventive maintenance and service calls on the Applied Biosystems Instruments. The Contractor shall only employ tools, instruments, test apparatus, methodologies, techniques, and practices approved for use with the instrument by the manufacturer. The service protocols and instrument specifications shall be adhered to at all times. Companies that are authorized to service the Applied Biosystems Instruments are requested to send product literature and a letter identifying the Applied Biosystems Instruments they are authorized to service no later than than the response date for this Sources Sought notice. They shall also provide warranty information for parts replacement. The letter shall also include a third-party agreement executed by Applied Biosystems that authorizes services to Applied Biosystems Instruments and information relevant to your capabilities. THERE IS NO SOLICITATION AT THIS TIME, this request for information does not constitute a request for proposal and submission of any information based on this synopsis is purely voluntary. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, DUNS number, point of contact, e-mail address, web site address, and telephone number. 2) Size and type of ownership for the organization, [i.e. small business, small disadvantaged business, 8(a) firm, etc.] 3) Tailored capability statements not to exceed 15 pages in length and referencing Sources Sought Number NIHOD2012315 addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Business concerns that respond to this notice must furnish concise responses directed specifically to the requirements mentioned above. Business concerns demonstrating the capability to accomplish the requirements shall supply pertinent information in sufficient detail to demonstrate their ability to perform. Information furnished shall include enough material to perform a proper evaluation of each item listed above. The Government will evaluate the capability packages using the following criteria: 1) Experience as a prime contractor providing services consistent in scope and scale with those described above. 2) Experience in securing and applying the full range of corporate financial and technical resources required to successfully perform similar requirements. 3) Experience in providing services under a performance-based service acquisition contract including a brief description of work. 4) A list of the last three (3) contracts completed during the past three (3) years or currently in process that are similar in nature to the above outline. Include the following information for each contract and subcontract: (1) Name of Contracting Organization (2) Contract number [for subcontracts provide the prime and the subcontract number] (3) Contract type (4) Total Contract Value (5) Description of Requirement (6) Contracting Officer's Name and Telephone Number (7) Program Manager's Name and Telephone Number and (8) NAICS Code(s). Although no geographic restriction is anticipated, if responding firms are located outside the Washington DC Metropolitan area, indicate how the firm would coordinate with the agency program office(s) to provide support. A firm fixed-price, indefinite delivery, requirements type contract is contemplated with a base year and four (4) one year option periods. This market survey is being conducted to reach the widest possible audience and to gather current market information. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responding firms should provide three (3) copies of their capability statement to Susan Apter (Ref. NIHOD2012315), National Institutes of Health. Office of Acquisitions, 6011 Executive Blvd., Room 537C, (MSC 7663) Bethesda, MD 20892-7663. (NOTE: if you are using a courier service, Federal Express or UPS the city, state, and zip code should read ROCKVILLE, MD 20852). Please be aware that the U.S Postal Service's "Express Mail" DOES NOT deliver to the Rockville, MD address AND delivery to the Bethesda, MD address will result in delayed delivery to our office in Rockville, MD (up to 3-5 days). ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS Wednesday, February 8, 2012 at 5:00 PM Eastern Time. Email and facsimile copies will not be accepted. All questions and/or comments regarding this sources sought notice must be in writing and may be emailed to Susan Apter at apters@od.nih.gov. Comments and questions will NOT be answered, but may assist in creating a solicitation for this requirement. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2012315/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02660759-W 20120127/120125234417-d635e7ec6bdb90621ad54fd93e52c988 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.