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 Support Services for Q Exactive HF Basic System

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(AG)-SBSS-2018-087
 
Archive Date
3/27/2018
 
Point of Contact
Fred Ettehadieh,
 
E-Mail Address
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: HHS-NIH-NIDA(AG)-SBSS-2018-087 Title: Maintenance Support Services for Q Exactive HF Basic System NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Description: 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. Background: The National Institute on Aging (NIA) Translational Gerontology Branch (TGB) analyzes proteins in plasma samples and uses Q Exactive HF Basic System laboratory equipment for this purpose. To ensure continued full functionality of the equipment so that research data will remain standardized, maintenance support services are required. Purpose and Objectives: The purpose of this requirement is to procure maintenance support services for Thermo Electron North America-manufactured Q Exactive HF Basic System laboratory equipment owned and operated by the National Institute on Aging. Anticipated period of performance: The period of performance shall be one year from date of award. No option periods are required. Place of Performance: The place of performance shall be the National Institute on Aging location at the Bayview Biomedical Research Center (BRC) located at 251 Bayview Boulevard, Baltimore, MD 21224. Project Requirements: The Contractor shall provide the Government with maintenance and repair support for the following Thermo Electron North America instruments: 1) Q Exactive HF Mass Spectrometer Serial No. 05164L; 2) N2 Generator 1002 Single Instrument Serial No. A15-10-100; 3) Dionex Ultimate 3000 NCS-3500RS Serial No. 8105260; and 4) Dionex WPS-3000TPL Autosampler Serial No. 8105518. Maintenance support services shall cover all parts, labor, and travel for remedial repairs and preventative maintenance. One scheduled preventive maintenance service shall be provided annually as well as unlimited on-site service visits as needed. The contractor must provide service response within three (3) business days. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. Telephone and email support must be provided during the hours of 8:00 AM to 5:00 PM EST Monday through Friday for instrument and instrument application technical support as well as remote monitoring and diagnosis service. Anticipated Contract Type: A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000. Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. 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 capability statements sent in response to this Sources Sought Notice must be submitted to Fred Ettehadieh, Contract Specialist, via email at fred.ettehadieh@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. 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 anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(AG)-SBSS-2018-087/listing.html)
 
Place of Performance
Address: 251 Bayview Medical, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04847104-W 20180309/180307232323-23b9b1290a499e55ffa1e4f418a31c8f (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.