Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

J -- Maintenance Service on 4.7T Bruker Biospin scanner

Notice Date
7/14/2016
 
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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2016-530
 
Archive Date
8/9/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@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. 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. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. BACKGROUND The subject potential requirement consists of service maintenance on existing government-owned laboratory equipment manufactured by Bruker Biospin Corporation, located at 15 Fortune Drive, Billerica, MA 01821. The required service includes coverage on one Bruker 4.7T scanner system used to scan vertically oriented monkeys sitting upright while performing behavioral tasks. Subject scanner is owned and operated by the National Institute on Mental Health (NIMH), Laboratory of Neuropsychology (LN), Section on Cognitive Neurophysiology and Imaging located on the NIH main campus in Bethesda, MD. The new service agreement shall be carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. The NIMH is part of the National Institutes of Health (NIH) and leads the federal government for research on mental disorders. NIMH envisions a world in which mental illnesses are prevented and cured. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The Section on Cognitive Neurophysiology and Imaging in the NIMH, LN is centrally focused on studying the role of the visual cortex and thalamus in the establishment and maintenance of stimulus visibility. The subject equipment at NIMH assists with research in the Neurophysiology Imaging Facility (NIF) on functional imaging in awake monkeys for a broad range of investigators. Scanning in the facility involves the use of a 4.7T Bruker Biospin vertically oriented scanner, specialized for monkeys seated upright. Considerable effort has been made so that brain scans can be accomplished in monkeys that are awake and performing a behavioral task. PROJECT REQUIREMENTS This Sources Sought notice seeks responses from qualified sources that are capable of providing the following salient service requirements of this potential government requirement deemed as the essential features needing to be achieved. Offerors to this Sources Sought notice shall possess the capability to provide Certified factory-trained Original Equipment Manufacturers (OEM) technicians to perform maintenance on the subject equipment as described in the following work for this potential requirement. Certified factory-trained OEM technicians shall perform telephone support services to diagnose Covered Equipment malfunction(s) and to provide diagnostic resolution of said malfunction(s). Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by OEM factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. If the diagnostics indicate that material is required, the engineer will arrange for overnight shipment. Service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, diagnostics software license and service documentation, customer engineer training, and preferred labor rate. Upgrade services shall be provided and accessories on an as-needed basis. Provide all necessary documentation, including OEM Technician certifications if applicable and written summary reports of all service work performed, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in optimal operating condition. All service and parts shall be warrantied up to 90 days as specified by the OEM; diagnostics software license and service documentation and preferred labor rates. Service technicians will have to be cleared at the commercial vehicle inspection station on Rockville Pike to gain access to the federal premises at NIMH in building 49 located at 49 Convent Drive, Bethesda, MD 20892. The anticipated period of performance is one (1) year from August 31, 2016 through August 30, 2017. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. The respondent must also provide their DUNS number, 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 must be in and outline format that addresses each of the elements of the product requirement. 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 identified in this announcement. Facsimile responses will NOT be accepted. The response must be submitted to Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must reference the solicitation number identified in this announcement. CONCLUDING STATEMENTS 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/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2016-530/listing.html)
 
Record
SN04182883-W 20160716/160714235039-8b06415db50fc20a2c8f05b5b37b170b (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.