The RFP Database
New business relationships start here

Maintenance Support Services for a FACSAria II Flow Cytometer


Maryland, United States
Government : Federal
RFP
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-SBSS-17-452


2.    Title: Maintenance Support Services for a FACSAria II Flow Cytometer


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


4.    NAICS Code: 811219 - Other Electronic and Precision Equipment 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 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 Laboratory of Molecular Medicine and Neuroscience (LMMN) uses a FACSAriaII flow cytometer facilitate the identification and analysis of specific population of cells to study infections of the human brain. Maintenance support services will ensure continuity of research and equipment functionality.


Purpose and Objectives:
The purpose of this acquisition is to acquire maintenance services to support a FACSAria II flow cytometer used by the NINDS laboratory of Molecular Medicine and Neuroscience (LMMN). To ensure standardization of research data and continuation of equipment warranties, maintenance may only be performed by the original equipment manufacturer, BD Biosciences.


Project requirements:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to fulfill the requirement.


Contractor shall provide the following onsite report and repairs for the FACSAriaII flow cytometer (Serial Number P69500110):


Contractor shall perform two (2) preventive maintenance inspections during each twelve-month period. Each inspection will evaluate instrument performance and provide calibrations, alignments, lubrication and part replacement as necessary to maintain the instrument operation substantially in accordance with the published technical specifications for the instrument. Inspections must comply with Original Equipment Manufacturer (OEM) equipment manuals.


Contractor shall provide unlimited technical support (telephone) and service repairs at no additional cost to the Government. If technical support is unsuccessful, contactor shall provide a service technician on-site within 48 hour. All repairs under warranty must comply with OEM equipment manuals.


Contractor shall provide preventative maintenance, service repairs and technical support between the hours of 8:00 AM and 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Emergency service repairs and technical support must be provided as needed, based on MD local prevailing time, Monday through Friday, excluding Federal holidays.


Contractor shall provide OEM certified parts for all preventative maintenance and service repairs, except for consumables, at no additional cost to the Government. Shipping and handling parts under warranty or contract shall not be charged to the Government.


Contractor shall provide an OEM service technician to perform all preventive maintenance inspections, service repairs and technical support.


LEVEL OF EFFORT:
Not applicable


Warranty Requirements:
The Contractor shall provide a one (1) year warranty on all equipment from date of installation. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. The Contractor shall provide an OEM technician to perform all repairs during the warranty period.


Anticipated Contract Type:
A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated.


Period of Performance/Delivery Requirements:
July 24, 2017 through July 23, 2018 (Base)
July 24, 2018 through July 23, 2019 (Option Year 1)
July 24, 2019 through July 23, 2020 (Option Year 2)


The contractor shall provide a maintenance/repair report at the conclusion of each visit.


Place of Performance:
The place of performance shall be the National Institutes of Health located in Bethesda, Maryland.


Capability Statement:
Contractors that believe that they possess the ability to provide the required equipment, warranty, and installation should submit documentation on 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 and warranty 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 request 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 Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@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.


Contracting Office Address:
31 Center Drive
Room 1B59
Bethesda, Maryland 20892
United States


Place of Performance:
Bethesda, Maryland 20892
United States


Primary Point of Contact:
Jermaine Duncan, Contract Specialist
Jermaine.duncan@nih.gov
Phone: 301-827-7515


Jermaine Duncan, Phone 3018277515, Email jermaine.duncan@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP