Maintenance and Repair Service for Hamilton Laboratory Equipment.

expired opportunity(Expired)
From: Federal Government(Federal)
75N95024Q00202-SBSS

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (28 days ago)

Due Date

29 Mar, 2024 (28 days ago)
Bid Notification

Type

Bid Notification
75N95024Q00202-SBSS

Identifier

75N95024Q00202-SBSS
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26938)NATIONAL INSTITUTES OF HEALTH (10892)NATIONAL INSTITUTES OF HEALTH NIDA (3127)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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; (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 owns liquid handling robots, an NGS STAR, and two VANTAGES manufactured by Hamilton. The equipment is used by the Center for Alzheimer’s Disease and Related Dementias and requires maintenance to ensure continued full function and continuity of NIA research data.Purpose and Objectives: The NIA requires maintenance and repair for the three (3) government-owned Hamilton liquid handling robots as described below. Replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. The services must be provided by OEM certified service technicians.Equipment Description: Vantage 2.0 – Serial No. 1744Vantage 2.0 – Serial No. 1827NGS STAR – Serial No. H753Equipment Configuration: 1. Vantage 2.0 – Serial No. 1744(8) 1mL Channels(1) 384 CO-RE Head(1) IPG(1) Decapper(4) HHS22. Vantage 2.0 – Serial No. 1827(8) 1mL Channels(1) 384 CO-RE Head(2) HEPA Hood(1) Logistics Cabinet 2.0(1) Track Gripper 2.0(1) Decapper (1) INHECO CPAC(2) Exit Entry Module w/ Barcode(4) HHS2(3) HHC(1) CORE-II HW3. NGS STAR - Serial No. H753(8) 1mL Channels(1) 96 CO-RE Head(1) iSWAP(1) Autoload(1) CO-RE Grippers(5) HHS2Project Requirement: 2 Preventive Maintenance (PM) Services per year.Independent Channel Volume Verification included with each PM.Field Verification (with each PM) required for GLP/GMP regulated labs to include:Independent Channel Volume Verification for 1mL and 5mL channelsVolume Verification for 96 & 384 Multi-Probe HeadsHeater/Shaker Verification (includes Amplitude, Frequency, and Temperature)Barcode Read VerificationX,Y,Z Position Verification (Channels and 96 & 384 Multi-Probe Heads )Door Lock VerificationAnticipated period of performance: The anticipated period of performance is as follows: June 30, 2024 – June 29, 2025, and will include optional periods.Place of Performance: The place of performance shall be the National Institute of Health, National Institute on Aging located at 9000 Rockville Pike, Building T44, Bethesda, MD 20892.In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.Capability statement /information sought. Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in 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.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 in an 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 are not required.The response is limited to the ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.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 Iris Merscher, contract specialist, at e-mail address iris.merscher@nih.gov.The response must be received on or before March 29, 2024, 5:00 pm, Eastern Daylight 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 pre-solicitation synopsis and solicitation may be published in www.sam.gov. 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).

USALocation

Place Of Performance : N/A

Country : United States

Office Address : c/o 3WFN MSC 6012 301 N Stonestreet Ave Bethesda , MD 20892 USA

Country : United StatesState : MarylandCity : Rockville

You may also like

MAINTENANCE AGREEMENT SERVICES FOR GOVERNMENT OWNED PERKINELMER LABORATORY EQUIPMENT

Due: 08 Feb, 2027 (in about 2 years)Agency: ENVIRONMENTAL PROTECTION AGENCY

SERVICE CONTRACT FOR PREVENTATIVE MAINTENANCE BD EQUIPMENT

Due: 26 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811210Electronic and Precision Equipment Repair and Maintenance
pscCode J066Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment