Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

J -- Maintenance Agreement for Biotage Systems

Notice Date
3/7/2018
 
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
NIHDA201800093
 
Archive Date
3/27/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@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. 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. Background : The National Center for Advancing Translational Sciences (NCATS) Chemistry group at the National Institutes of Health (NIH) requires a maintenance agreement for our Biotage microwave systems. This agreement will cover any service situations that arise on this highly used and important equipment currently in use by the NCATS Chemistry area. This requested agreement will eliminate the amount of down time experienced when there are any performance issues. The Biotage Initiator microwaves are integral pieces of equipment in the synthesis of small molecules as biological probes. Since the system is automated, the experimentalist has the ability to multi-task. Purpose and Objectives : To procure maintenance agreements for Biotage Systems. Project requirements : The contractor will to required to provide one-year maintenance services using original equipment manufacturer (OEM) authorized technicians and parts for the following microwave systems: • SER-IC60-SAP Service Agreement - Priority - Biotage® Initiator Robot Sixty (Classic): SN# 11676, SN# 11402, SN# 10405. Quantity: three (3). • SER-IP-SAP Service Agreement - Priority - Biotage® Initiator+: SN# 12427. Quantity: one (1). • SER-IP60-SAP Service Agreement - Priority - Biotage® Initiator+ Robot Sixty: SN# 12714, SN# 13020. Quantity: two (2). • SER-IA-SAP Service Agreement - Priority - Biotage® Initiator+ Alstra: SN# 00188. Quantity: zero and forty-six hundredths (0.46). * * The period of performance for this item will be from October 13, 2018 to March 31, 2019; as a result, the 0.46 quantity for this agreement is prorated to reflect a period of performance of less than one year. Period of performance : April 1, 2018 to March 31, 2019. Other important considerations : The Government will solicit this requirement using tradeoff evaluation procedures. The Government will evaluate contractor: • Ability to provide OEM authorized technicians and parts for the equipment listed under the project requirements of this solicitation. • Prior Experience servicing equipment listed under the project requirements of this solicitation. Capability statement /information sought : Contractors that believe they possess the ability to provide the services listed under project requirements should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Responses shall include a capabilities statement and the following information: • respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; • information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; 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 project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to two (2) page limit. The 2-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 Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Contracting Officer Jeffrey Schmidt, at schmidtjr@mail.nih.gov, and copied to Contract Specialist Mark McNally, at mcnallyme@mail.nih.gov. The response must be received on or before 12:00 PM, Eastern Standard Time, Monday, March 12, 2018. 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 presolicitation 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-01/NIHDA201800093/listing.html)
 
Place of Performance
Address: Building B, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04845714-W 20180309/180307231323-a6af6f7e277c6a4484c1da14b995b84c (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.