The RFP Database
New business relationships start here

Chameleon Vision II laser system maintenance services


Maryland, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Federal Business Opportunities (FBO)
SOURCES SOUGHT NOTICE

1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-459


2. Title: Chameleon Vision II laser system maintenance services


3. Classification Code: J - Maintenance, repair & rebuilding of equipment


4. NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance


5. 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 Dendrite Morphogenesis and Plasticity Unit (DMPU) Unit employs Drosophila as a model system to study the cellular and molecular mechanism underlying the regulation of dendrite morphogenesis and developmental plasticity. The research expands NINDS's understanding of the many aspects of neurological disorders and stroke. DMPU's goal is to apply knowledge derived from the basic research conducted in the lab to be translated into practical diagnostic applications that enhance human health and well-being. The Coherent chameleon Vision II 2 photon laser in this lab is the critical component in carrying out the lab's mission. This is a state-of-the-art Laser Scanning Microscope used to study cellular and molecular mechanism of dendrite morphogenesis and plasticity in Drosophila. The 2 photon laser generated by the Chameleon Vision II laser system provides deep tissue penetration and reduced photo-toxicity, are essential for the live imaging experiments that are critical components in carrying out the lab's and NIH mission.



Purpose and Objectives: The purpose of this acquisition is to procure maintenance support services for Chameleon Vision II laser system manufactured by Coherent Inc. and owned by NINDS (s/n: GDP.1195413.10105)


Project requirements: The contractor shall provide all labor, travel costs and replacement parts to maintain complete operation of the Chameleon Vision II laser system manufactured by Coherent Inc. and owned by NINDS (s/n: GDP.1195413.10105).


This contract shall be awarded for 12 months or 5000 hours, whichever occurs first. The Government will track the hours worked against this contract.


The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support.
The contractor shall provide maintenance support services Monday through Friday, excluding Federal Holidays.
Repair service including genuine Coherent replacement parts, also includes Advance Replacement (ARU) of major subassemblies if unit cannot be repaired in the field. (Lasers not under contract with Coherent will be sent to the repair facility in Scotland in the event of a major failure at the contractor's cost).


Anticipated period of performance: Anticipated period of performance 8/05/17 - 8/04/18 for the base year period and 4 twelve month option year periods.


Other important considerations: None


Capability statement /information sought. Interested parties who believe they can provide the required services should provide a capability statement that indicates such prior to the deadline.


Responses may address:
• 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;


• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);


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 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 and Contracting Officer. Facsimile responses are NOT accepted.


The response must be submitted to Jermaine Duncan at e-mail address Jermaine.Duncan@nih.gov.


The response must be received on or before 6/30/17 prior to 3 p.m., Eastern Time.


"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)."


Jermaine Duncan, Contract Specialist, Phone 3018277515, Email jermaine.duncan@nih.gov - Rachelle Trice, Contracting Officer, Phone 3015941928, Email rachelle.trice@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP