Federal Bid

Last Updated on 29 Dec 2018 at 9 AM
Solicitation
Pike New hampshire

Maintenance Service Support for Zeiss Confocal Microscopes at the NCI CCR Microscopy Core Facilities.

Solicitation ID NCI-75N91019R00005
Posted Date 10 Dec 2018 at 3 PM
Archive Date 29 Dec 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions - Shady Grove
Agency Department Of Health And Human Services
Location Pike New hampshire United states
General Information

Short Title: Maintenance Service Support for Zeiss Confocal Microscopes at the NCI CCR Microscopy Core Facilities.

Document Type: Presolicitation Notice

Solicitation Number: NCI-75N91019R00005

Posted Date: December 10, 2018

Response Date: December 14, 2018

Classification Code: J066 - Maint/Repair/Rebuild of Equipment - Instruments and Laboratory Equipment

NAICS Code: 811219 - Other Electronic And Precision Equipment Repair And Maintenance

Business Size Standard: $20.5 Million

Contracting Office Address

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E126, Bethesda, MD 20892, UNITED STATES.

Description

The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genitourinary Cancer Pathogenesis (LGCP), plans to procure on a sole source basis maintenance support services for Government-owned Zeiss Confocal Microscopes at the NCI CCR Microscopy Core Facilities that are manufactured by Carl Zeiss Microscopy, LLC, 1 Zeiss Drive, Thornwood, NY 10594-1939

The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part
13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5 Million.

Only one award will be made as a result of this notice. This will be awarded as a firm fixed price type contract.

It has been determined there are no opportunities to acquire green products or services for this procurement.

The period of performance is six (6) months.

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 maintenance service contract. The CCR Confocal Core Facilities need 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. Payment authorization requires submission and approval of invoices to the COR and NIH OFM.

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

Carl Zeiss, LLC. is the only known source of the Zeiss Confocal Miccroscopes service. In order to assure that the NCI LGCP Branch equipment is available and in good working conditions at all times, the NCI must secure a follow-on maintenance support plan for this equipment with Carl Zeiss. Due to the nature and complexity of this equipment, the original manufacturer is the only Contractor qualified to provide: original replacement parts, product corrective actions, and telephone technical and troubleshooting assistance. No other repair service Contractor has access to the proprietary parts that Carl Zeiss uses on its equipment, or the ability to respond to a service call within 24- 48 hours.

This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00 AM EST on December 14, 2018. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at [email protected]. A determination by the Government not to compete this proposed contract 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 on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number NCI-75N91019R00005 on all correspondence.

Bid Protests Not Available