Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

66 -- Maintenance Services for PerkinElmer in vivo Micro CT Scanner

Notice Date
2/8/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
SBSS-NIH-NIDA-18-4848618
 
Archive Date
2/23/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address : Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, NINDS Contracts Management Branch, 6001 Executive Blvd, Suite 3287, Bethesda, MD 20892-9531 (FedEx/courier: use Rockville, MD 20852). Introduction : 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; and (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. North American Industry Classification System (NAICS) CODE : The NAICS code applicable to this requirement is 811219 - "Other Electronic and Precision Equipment Repair and Maintenance". The associated small business size standard is $20,500,000. Background Information: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the cause, treatment, and prevention of neurological disorders. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NIH Mouse Imaging Facility (MIF) is a shared, intramural resource for preclinical animal imaging studies. The MIF provides the NIH intramural research community access to modern radiological imaging equipment optimized for rodents and other laboratory animals for noninvasive imaging studies. The MIF provides intellectual, technical and material support for NIH investigators, and resources include: magnetic resonance imaging, micro-computed tomography, high frequency ultrasound with photoacoustic imaging, bioluminescence and fluorescence imaging. The MIF is dedicated to providing state-of-the-art anatomical, functional and molecular medical imaging capabilities for animal models of human disease. The purpose of this acquisition is to provide the NIH Mouse Imaging Facility (MIF) with hardware and software maintenance support for its Perkin-Elmer Corporation Quantum GX in vivo Micro-CT Scanner. This equipment is used to acquire three- dimensional radiographic computed tomographic images of small animals for ongoing preclinical biomedical research studies. OEM Certification Requirement : Service personnel must be certified by the Original Equipment Manufacturer (OEM), PerkinElmer, Inc. Specific Maintenance Service Requirements : 1.The Contractor shall provide the following support for one (1) Perkin-Elmer Quantum GX X-ray micro-CT scanner (Serial No. BR660001514, NIH Decal No. 02022475) and all its associated system parts and software: a.One (1) preventative maintenance and system calibration visit. Contractor will communicate and visit during our scheduled working hours (8am to 5pm EST Monday through Friday). During this PM visit all costs for labor, software upgrades and materials will be free of charge. This visit will include: i.Conducting a visual inspection of the Covered System ii.Verifying proper function of the Covered System iii.Refreshing the CCD camera vacuum (if applicable) iv.Checking the X-ray beam focus and adjusting if necessary v.Checking the field of view area, intensity, and flatness adjusting if necessary vi.Geometrical correction test vii.Flat field correction test viii.Checking sample stage temperature ix.All calibrations checked and adjusted x.Calibration of X-ray alignment and intensity of beam xi.Gantry alignment test at low magnification (125µm pixel size) xii.Gantry alignment test at high magnification (5 µm pixel size) xiii.Updating the software to latest vendor released versions. xiv.Running Computer System diagnostics and correcting any deficits reported xv.Cleaning the heat exchanger xvi.Cleaning of all necessary parts xvii.Check and control of mechanical parts xviii.X-ray leakage test xix.Answer customer questions on the operation of the Quantum GX CT. xx.Unlimited repairs of instrument. xxi.All repairs performed on-site by Perkin-Elmer trained and certified field technicians. b.Response time for service visit shall be within 72 hours of determining that a visit is necessary. The service contract will include parts and labor. The contractor will maintain an inventory of parts for use in service. In those situations, where the console is not operational, repair parts to will be shipped to the MIF using overnight carrier services. After repairs are completed, defective components will be shipped back at the expense of the contractor. c.All labor shall be included and all parts of the imaging system will be replaced (as needed) free of charge. Replacement parts include x-ray source components and camera. Replacement parts must be factory reconditioned or new from original equipment manufacturer. d.If replacement parts are required, they will be provided readily without delay on an exchange (refurbished) or new part basis. All parts will be warranted for a reasonable time period after installation. Additional materials necessary for engineering changes that are developed and mutually determined to be appropriate for the scanner will be available also. The contractor will be liable for delays in repair due to employee and or administrative issues that will directly or indirectly affect the performance of the MIF Quantum GX Micro-CT Scanner. However, this does not include delays due to limited supply of parts. e.Unlimited remote access technical support Monday through Friday 8am to 8pm EST. This includes phone support for technical issues on data acquisition and reconstruction, analysis, 3D reconstructions or any other technical question. Technical support response time is to be within 4 business hours with the service time window. f.All available software upgrades will be provided as soon as released, and free of charge. Software defects or other significant problems will be corrected as soon as possible though effective, mutual, communication regarding the steps taken or plan to repair instrument. g.Contractor will support the system in its original configuration unless those changes are made or directed by a Perkin-Elmer Corporation representative. h.An Operator's Manual shall be provided for all hardware and software updates with documentation of changes. Government Responsibilities : Government will provide Contractor personnel reasonable access to the Equipment for the required service repair. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. The Government will not be obligated to pay any federal, state, or local tax imposed upon or measured by contractor's net income. Applicable tax will be invoiced unless we receive a tax exemption certificate will be provided which acceptable to the taxing authorities. Anticipated period of performance : A one-year (12 month) maintenance service agreement is anticipated. Place of Performance : National Institutes of Health 9000 Rockville Pike Bldg. 10, Rm. B1D-229 Bethesda, MD 20892 Contract Type : A firm fixed-price Purchase Order is contemplated for this acquisition. Capability Statement / Information Sought : Contractors that believe they possess the ability to provide the required services including the requirement that all provided service technicians are certified by the OEM, PerkinElmer Inc., should submit documentation of their ability to meet the project requirements to the Contracting Officer. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All responses to this notice must be submitted electronically to the Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov in MS Word format. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before February 20, 2018 at 5:00 PM EST. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4848618/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bldg. 10, Rm. B1D-229, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04817648-W 20180210/180208231920-9ae310209a469a344dee45fa11276d81 (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.