Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

66 -- Service agreement for the NanoSP 4H/CT SP for the National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP).

Notice Date
7/17/2014
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N02RC42552-62
 
Point of Contact
Tiffany D. Kittrell, Phone: 2402765434
 
E-Mail Address
Tiffany.kittrell@nih.gov
(Tiffany.kittrell@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Service agreement for the NanoSP 4H/CT SP for the National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP). Document Type: Pre-solicitation notice Solicitation Number: N02RC42552-62 Proposed Posted Date: July 17, 2014 Proposed Response Date: August 2, 2014 11:00AM EST Classification Code: J066 NAICS Code: 811219 Small Business Size Standard: $19 Million Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room1E144, Bethesda, MD 20892 USA Description: The National Cancer Institute (NCI), Center for Cancer Research (CCR) plans to procure on a sole source basis from Northridge Tri-modality Imaging Inc.at 8457 DeSoto Ave. Chatsworth, CA 91311 for Maintenance of the Nano 4H/CT. The products herein are being procured in accordance with the simplified acquisition procedures as authorized by FAR Part 13.106.(b)(1).The North American Industry Classification System Code is 811219 and the business size standard is $19 million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined that there is no opportunity to acquire green products or services under this procurement. The period of performance shall be 12 months from award. The Molecular Imaging Program (MIP) conducts research in designing, developing and testing new novel targeted imaging agents for the detection and characterization of cancer. These imaging agents include tissue-specific MRI, PET, radionuclide, and optical probes. The MIP focused on the clinical translation of targeted imaging agents for cancer imaging. As part of NCI's pre-clinical research, the Molecular Imaging Program houses a small animal NanoSPECT/CT imaging scanner on which radioactive research animals are imaged. This instrument is essential and important to the research in the Molecular Imaging Program and it is imperative to keep it in working order. The contractor shall provide the following: • Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for a government-owned NanoSPECT/CT Imaging Scanner, Serial number NS-706022-4RCT. All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. • Contractor shall perform one preventive maintenance inspections (PMI) during the contract period. Technically qualified factory-trained personnel shall perform service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication 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. • 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 furnish 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 scheduled PMIs. The contractor shall provide unlimited technical support for trouble-shooting for the instrument, reagents and applications during normal working hours (8am - 5pm), except Federal holidays. • With the exception of the attached list, the contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new or re-manufactured to original equipment specifications. • 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 trouble shooting 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. • 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. The service agreement for the NanoSPECT/CT is required to keep the instrument in good working condition. Northridge Tri-Modality Imaging service personnel are factory trained in Hungary where the instrument is manufactered. The software and instrumentation are proprietary therefore; the warranty will be void if technicians are not factory certified. This is not a solicitation for competitive quotations. However, if any interested party, especially a small business, believes they can meet the above requirement, they may submit a statement of capabilities and or quote. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on August 2, 2014. Electronic capability statements will be accepted (i.e. email or fax). An original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed to (240) -276-5401 or emailed to Tiffany Kittrell, Contract Specialist, at Tiffany.kittrell@nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System for Award Management (SAM) www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC42552-62 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC42552-62/listing.html)
 
Record
SN03428523-W 20140719/140717235236-373c03d5db8c4415a29ceef99fa11326 (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.