Issued By:
National Cancer Institute (NCI),
Office of Acquisitions (OA)
http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/
Key Dates:
Capability Statement Due Date: November 30, 2018 by 11:00AM EST
This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI).
The purpose of this Sources Sought Notice is to identify qualified GSA small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 561110 with a size standard of $7.5M is being considered.
As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ) through eBuy. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
The purpose of this contract is to obtain maintenance of Zeiss Confocal Microscopes at the NCI CCR Microscopy Core Facilities.
The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), NCI CCR LGCP currently has twenty-two Carl Zeiss Microscopy, LLC (Zeiss) systems that need to be covered by a service contract. The CCR Confocal Core Facilities have a need for a service contract to maintain their equipment used for epifluorescent and confocal analysis of a wide range of biological specimens. The core facilities need to provide over 800 users with "state-of-the-art" microscopic imaging for a wide range of applications.
The Contractor's technical support and services shall be located close to the NIH installations where the systems are located. The Contractor must be readily available for both hardware and software support resulting in maximum user time on the system and minimal downtime for repairs and /or training on the system. This is a necessity as any instrument downtime has the potential to affect the work of the NCI researchers.
1.0 SCOPE
The Contractor shall provide all labor, materials and equipment to provide preventive maintenance for the Government-owned equipment listed below. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices.
1. LSM 710 w/one scope S/N 2501000152 M200606 (location A)
2. LSM 780 w/one scope S/N 2504000385 (location A)
3. LSM 780 w/one scope S/N 2504000383 (location A)
4. Elyra S.1 with LSM 780 w/one scope S/N 2559000216 (location A)
5. 8. LSM 880 w/one scope S/N 2802000291 (location A)
6. LSM 780 w/one scope S/N 2504000601 (location B)
7. Elyra PS.1 w/one scope S/N 2560000238 (location B)
8. Axio Observer Z1 Inverted Scope S/N 3834003359 (location C)
9. LSM 880 w/one scope S/N 2802000280 (location C)
10. LSM 780 w/one scope S/N 2504000540 (location D)
11. LSM 710 W/ spectral detection & NLO ready S/N 2501000105 (location E)
12. AxioScan Z.1 System S/N 4631000263 (location F)
13. LSM 700 Scanning Newton w one scope S/N 2601000226 (location G)
14. Axio Observer Z1 Inverted Scope S/N 3834000305 (location H)
15. Axio Observer Z1 Inverted Scope S/N 3834002193 (location H)
16. LSM 780 w/one scope S/N 2504000667 (location H)
17. Axio Observer Z1 Definite Focus S/N 3834004401 (location I)
18. Imager Z2 with MetaSystem S/N 3534000529 M210317 (location I)
19. LSM 710 one photon w/ one scope S/N 2502000471 (location J)
20. Axio Observer Z1 Inverted Scope S/N 3834004197 (location K)
21. Axio Observer Z1 Inverted Scope S/N 3851000227 (location K)
22. Axio Examiner D1 Fixed Stage Scope S/N 3343000561 (location L)
2.0 TYPE OF ORDER
This is a firm fixed-price purchase order.
3.0 SPECIAL ORDER REQUIREMENTS
3.1 PREVENTIVE MAINTENANCE: The Contractor shall perform one (1) preventative maintenance inspection (PMI) during the contract period. The services shall be performed by technically qualified factory trained personnel. The services shall consist of a thorough cleaning, calibration, adjustment, inspection, lubrication, and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. Preventative Maintenance inspections shall occur Monday through Friday during standard business hours (9:00AM-5:00PM) not including Contractor holidays.
3.2 EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government. Emergency services shall be provided, during normal working hours, Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish within seventy-two (72) hours, a certified factory-trained service engineer to inspect the equipment and perform all repairs and adjustments necessary. The Contractor shall use new or remanufactured parts with original equipment specifications to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI.
3.3 REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. The parts shall be new or remanufactured with original equipment specifications. Parts and labor shall be covered for the following: Basic LSM microscope, ConfoCor microscope, Elyra Microscope, AxioScan system, System Tables, Scan Modules, Spectral Detectors, NDDs, GaAsP Detectors, Laser Modules, Electronics Controllers, System Computers purchased within five (5) years, AIM/ZEN Software, Stage, Incubator, AxioCam, Lasers, and EM-CCD.
3.4 SOFTWARE UPDATES/SERVICE: The Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. This will include reinstallation of ZEN software if necessary. The Contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government.
3.5 ENHANCEMENTS AND UPGRADES: The Contractor shall provide elective enhancements and upgrades to the equipment that will include a complete performance check of the entire system to ensure optimal equipment function.
3.6 TECHNICAL SUPPORT AND TRAINING: The Contractor shall provide unlimited phone support for troubleshooting and onsite training of users by certified technical support engineers and application specialists. This service shall include design and preparation of macros by qualified application specialists for new experiments or to perform specific analyses or streamline data collection. Telephone support and onsite training shall occur Monday through Friday during standard business hours (9:00AM-5:00PM) not including Contractor holidays.
3.7 SERVICE EXCLUSIONS: The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.
3.8 PERIOD OF PERFORMANCE (POP): The period of performance for the award shall be for six (6) months beginning December 20, 2018 through June 30, 2019 for all items listed in Section 1.0 of this document.
3.9 PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the applicable instrument (as listed in Section 1.0). All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract.
4.0 PLACE OF PERFORMANCE
Onsite service shall be performed at the following locations:
Location A: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room B114
Bethesda, MD 20892
Location B: NIH, NCI, CCR
41 Medlars Drive
Bldg. 41 Room C615
Bethesda, MD 20892
Location C: NIH, NCI, CCR
Bldg.10 Room 4A05
Bethesda, MD 20892
Location D: NIH, NCI, CCR
Frederick Cancer Center
Bldg. 560 Room 3227
Frederick, MD 21702
Location E: NIH, NCI, CCR
Frederick Cancer Center
Bldg. 560 Room 2216
Frederick, MD 21702
Location F: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room 1023
Bethesda, MD 20892
Location G: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room 1142
Bethesda, MD 20892
Location H: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room 1035
Bethesda, MD 20892
Location I: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room 1107A
Bethesda, MD 20892
Location J: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room 2144A
Bethesda, MD 20892
Location K: NIH, NCI, CCR
41 Medlars Drive
Bldg. 41 Room 302
Bethesda, MD 20892
Location L: NIH, NCI, CCR
37 Convent Drive
Bldg. 37 Room 2132
Bethesda, MD 20892
5.0 PAYMENT
Payment shall be made quarterly, in arrears.
AWARD
Award will be made in the aggregate.
SECTION 508
Training material guidelines of the revised 508 Standards apply as follows:
E208 Support Documentation and Services
E208.1 General. Where an agency provides support documentation or services for ICT, such documentation and services shall conform to the requirements in Chapter 6.
See the details at https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines#E205-content
How to Submit a Response:
1. Page Limitations:
Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner.
2. Due Date:
Capability statements are due no later than 11:00 a.m. EST on November 30, 2018.
3. Delivery Point:
All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and can be emailed to Kathy Elliott, Contract Specialist at [email protected]. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference number SBSS-NCI-75N91019R00005 on all correspondence.
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, an RFQ may be published in eBuy. However, responses to this notice will not be considered adequate responses to a solicitation(s).
Point of Contact:
Inquiries concerning this Notice may be direct to:
Kathy Elliott
9609 Medical Center Dr, Room 1E126
Bethesda, MD 20892-9705
[email protected]