Maintenance Services for Manufactured Becton Dickinson Biosciences Flow Cytometry Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
75N91019Q00005

Basic Details

started - 28 Nov, 2018 (about 5 years ago)

Start Date

28 Nov, 2018 (about 5 years ago)
due - 12 Dec, 2018 (about 5 years ago)

Due Date

12 Dec, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
75N91019Q00005

Identifier

75N91019Q00005
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

SOURCES SOUGHT NOTICE: Maintenance Services for Manufactured Becton Dickinson Biosciences Flow Cytometry EquipmentNotice Number:SBSS-75N91019Q00005Issued 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: December 12, 2018 by 3:00PM ESTThis 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 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 811219 with a size standard of $20.5M is being considered.As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). 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.1.0 SCOPEThe Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the following two (2) Government-owned flow cytometry systems. All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices.1.1 Becton Dickinson FACSARIA II Special Order 6-Laser System, SN P69500128 (including Becton-Dickinson factory configured FACStation WINDOWS computer workstation that is an integral component and controls instrument operation and data acquisition, and including ALL integrated lasers below):• BD Laser Component of SN P69500128, Sapphire 488-50 Blue Laser SN 5363• BD Laser Component of SN P69500128, 640-40 Red Laser SN 5364• BD Laser Component of SN P69500128, 594-200 Yellow Laser SN 5369• BD Laser Component of SN P69500128, 405-100 Violet Laser SN 5368• BD Laser Component of SN P69500128, UV 100mW Laser, SN 5370• BD Laser Component of SN P69500128, 561-100 Lt Grn Laser, SN 53711.2 Becton Dickinson LSRFortessa Special Order 5-Laser Flow Cytometry System, SN H64779500002 (including Becton Dickinson factory configured FACStation WINDOWS computer workstation that is an integral component and controls instrument operation and data acquisition, and including ALL integrated lasers below):• BD Laser Component of SN H64779500002, Violet 405-100 SN6678• BD Laser Component of SN H64779500002, Yellow laser 592nm-200mW, SN 6677• BD SAPPHIRE Laser component of SN H64779500002, 488-100 Blue Laser, SN 6675• BD Laser Component of SN H64779500002, COHR Cube 640-100 Red Laser, SN 6676• BD Laser Component of SN H64779500002, Compass 561-100 Lt. Green, SN 66792.0 TYPE OF ORDERThis is a firm fixed-price purchase order.3.0 SPECIAL ORDER REQUIREMENTS3.1 PREVENTIVE MAINTENANCEThe Contractor shall perform two (2) planned preventive maintenance services during the 12 month contract period. Technically qualified OEM factory-trained field engineers with access to OEM parts shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer's latest establishedservice procedures. Service shall include parts and installation of the manufacturers' preventive maintenance parts kit. 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. Any defective components noted during the preventive maintenance inspection shall be replaced as necessary to assure optimum and efficient performance.3.2 EMERGENCY SERVICEThe contractor shall deliver unlimited, OEM-approved emergency repair services for all equipment specified under SCOPE during the performance period of this maintenance services contract. All repairs shall be completed to OEM standards at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. All labor and travel shall be included.Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within forty-eight (48) hours furnish on site (NIH, Bethesda MD) a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled Preventive Maintenance Inspections. The contractor shall have primary dispatch control of the field engineers who perform maintenance services under this contract, and dispatch of field engineers under this contract shall be set to a higher priority than billable calls. Due to the complexity of the instrumentation, repairs may necessitate multiple engineers, multiple visits, and/or shipment and installation of multiple OEM parts and components to identify the exact nature of a problem. Such troubleshooting services shall be provided by OEM trained personnel without requirement for additional purchase orders from the Government. In the case of an emergency in which the instrument is completely non-functional, the contractor shall provide same day communication access to on site (NIH) OEM field engineers for diagnosis and possible same day repair. At the discretion of the field engineer, delivery of services under this contract may continue after 5pm. Such overtime work shall be considered covered under this contract, and the government shall not be responsible for any additional labor charges.All primary service personnel shall have at least one backup Field Service Engineer with at least the same level of expertise on the equipment covered by this purchase order3.3 REPLACEMENT PARTSThe Contractor shall furnish all required replacement parts and OEM upgraded components at no additional cost to the Government, with the exception of consumable parts to include batteries and glassware. Parts shall be new or remanufactured to OEM specifications. When necessary for emergency repairs, the Contractor shall ship in stock parts and components via overnight delivery. If telephone consultation with factory trained Field Service Engineers identifies a spare part necessary for emergency repair, the Contractor shall provide immediate shipment for overnight delivery for next day installation by qualified OEM trained Field Service Engineers. All spare parts installed shall be OEM factory configured to be compatible with existing OEM software and with existing hardware. The Contractor shall maintain an OEM spare parts inventory.3.4 TELEPHONE SERVICEThe Contractor shall maintain, and deliver unlimited access to, a technical helpdesk providing telephone support for the purpose of troubleshooting technical problems, software issues and applications assistance and for dispatching Field Service Engineers and/or parts as necessary. Telephone support shall include expert technical advice from OEM factory-trained engineers.Telephone support shall be provided immediately and directly without any requirement for issuance of additional purchase orders. The telephone support services shall be available from 8:00 AM to 5:00 PM EST, Monday through Friday, excluding Federal Holidays found at: https://www.opm.gov/policy-data-oversight/snow-dismissal- procedures/federal-holidays/.3.5 SOFTWARE UPDATES/SERVICEThe Contractor shall provide Software Service in accordance with the OEM'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. The Contractor shall perform timely installation of all OEM software revisions and OEM component revisions, as well as re-installation of existing software and operating systems as required to repair instrumentation according to OEM standards. The Contractor shall receive advance approval for installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. Additionally, the re-installation of software and/or operating systems shall be completed at no additional cost to the Government.3.6 SERVICE EXCLUSIONSThe 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.3.7 PERIOD OF PERFORMANCEThe base period of performance shall be for twelve (12) months from 02/01/2019 through 01/31/2020 plus four option years as follows:February 1, 2020 - January 31, 2021February 1, 2021 - January 31, 2022February 1, 2022 - January 31, 2023February 1, 2023 - January 31, 20243.8 PERSONNEL QUALIFICATIONSTechnically qualified factory-trained personnel shall perform service to:3.8.1 Becton Dickinson FACSARIA II Special Order 6-Laser System, SN P69500128 (including Becton-Dickinson factory configured FACStation WINDOWS computerworkstation that is an integral component and controls instrument operation and data acquisition, and including ALL integrated lasers below):• BD Laser Component of SN P69500128, Sapphire 488-50 Blue Laser SN 5363• BD Laser Component of SN P69500128, 640-40 Red Laser SN 5364• BD Laser Component of SN P69500128, 594-200 Yellow Laser SN 5369• BD Laser Component of SN P69500128, 405-100 Violet Laser SN 5368• BD Laser Component of SN P69500128, UV 100mW Laser, SN 5370• BD Laser Component of SN P69500128, 561-100 Lt Grn Laser, SN 5371The above system is located in Bld. 10, Room 6B16, NIH, 9000 Rockville Pike, Bethesda, MD 20892.3.8.2 Becton Dickinson LSRFortessa Special Order 5-Laser Flow Cytometry System, SN H64779500002 (including Becton Dickinson factory configured FACStation WINDOWS computer workstation that is an integral component and controls instrument operation and data acquisition, and including ALL integrated lasers below):• BD Laser Component of SN H64779500002, Violet 405-100 SN6678• BD Laser Component of SN H64779500002, Yellow laser 592nm-200mW, SN 6677• BD SAPPHIRE Laser component of SN H64779500002, 488-100 Blue Laser, SN 6675• BD Laser Component of SN H64779500002, COHR Cube 640-100 Red Laser, SN 6676• BD Laser Component of SN H64779500002, Compass 561-100 Lt. Green, SN 6679All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.The above system is located in Bld. 10, Room 6B-13, NIH, 9000 Rockville Pike, Bethesda, MD 20892.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 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 3:00PM EST on December 12, 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 and written responses must be emailed to William Neal, Contract Officer at William.neal@nih.gov. 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 System for Award Management (SAM) and Excluded Parties List System (EPLS), through sam.gov. No collect calls will be accepted. Please reference number SBSS-75N91019Q00005 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 on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s).Point of Contact:Inquiries concerning this Notice may be directed to:William NealWilliam.neal@nih.govConfidentiality: 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.

Onsite services shall be performed at the following location NIH, NCI, 10 Center Drive Room 6B16 Bethesda, Maryland 20892 United StatesLocation

Place Of Performance : Onsite services shall be performed at the following location NIH, NCI, 10 Center Drive Room 6B16

Country : United States

You may also like

BECTON DICKINSON FLOW CYTOMETRY REAGENTS AND SUPPLIES.

Due: 30 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MAINTENANCE/SERVICE AGREEMENT FOR BD BIOSCIENCES FACSLYRIC EQUIPMENT

Due: 31 Jan, 2028 (in about 3 years)Agency: NATIONAL INSTITUTES OF HEALTH

IMAGESTREAM MKII FLOW CYTOMETER MAINTENANCE

Due: 17 Jan, 2028 (in about 3 years)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

Please Sign In to see more like these.

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

Classification

811 -- Repair and Maintenance/811219 -- Other Electronic and Precision Equipment Repair and Maintenance
naicsCode 811219
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT