United States - Maintenance Service Support for Zeiss Confocal and Epifluorescence Microscopes
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 17 May 2019
- Opportunity publication date
- 04 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 03, 2019 4:37 pm
This is a sources-sought to determine the availability of potential sources having the skills and capabilities necessary to perform/provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis only. Questions should be submitted by email to miguel.diaz@nih.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub-zone, 8(a), small, small disadvantage, woman-owned small business, or large business) relative to NAICS 811219 - Other Electronic and Precision Equipment Repair and Maintenance. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources-sought synopsis are not considered adequate responses to any future solicitation announcements. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources-sought announcement.
The National Cancer Institute is seeking sources that can provide Preventive Maintenance, Emergency Service, Replacement Parts, Software Updates/Service, Enhancements and Upgrades, and Technical Support and Training for the equipment listed below. Vendors shall provide all labor, materials and equipment to provide preventive maintenance for Government-owned equipment listed below. All maintenance services shall be performed in accordance with the equipment manufacturer's standard commercial maintenance practices. Interested parties must be able to provide all components of the Carl Zeiss equipment, or equal. Place of Performance: NIH, NCI, CCR at 37 Convent Drive Bethesda, MD 20892.
The following equipment shall be covered:
LSM 710 w/one scope S/N 2501000152
Consisting of:
1 each Protect premium LSM 710 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium NLO Coupling
LSM 780 w/one scope S/N 2504000385
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
LSM 780 w/one scope S/N 2504000383
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
Elyra S.1 with LSM 780 w/one scope S/N 2504000666
Consisting of:
1 each Protect premium ELYRA S.1
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
LSM 880 w/one scope S/N 2802000291
Consisting of:
1 each Protect premium LSM 880 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium LSM BiG Detector
1 each Protect premium Airyscan
1 each Protect premium 405/440nm CW Laser
1 each Protect premium NLO Coupling
LSM 780 w/one scope S/N 2504000601
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
Elyra PS.1 w/one scope S/N 2560000238
Consisting of:
1 each Protect premium ELYRA PS.1
1 each Protect premium Research Microscope mot
Axio Observer Z1 Inverted Scope S/N 3834003359
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Scanning Stage
1 each Protect premium Definite Focus
LSM 880 w/one scope S/N 2802000280
Consisting of:
1 each Protect premium LSM 880 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium LSM BiG Detector
LSM 780 w/one scope S/N 2504000540
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
LSM 710 W/ spectral detection & NLO ready S/N 2501000105
Consisting of:
1 each Protect premium LSM 710 (34 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
AxioScan Z.1 System S/N 4631000263
Consisting of:
1 each Protect premium Axio Scan
1 each Protect premium HE-BF for Axio Scan
LSM 700 Scanning Newton w one scope S/N 2601000226
Consisting of:
1 each Protect premium LSM 700
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
Axio Observer Z1 Inverted Scope S/N 3834000305
Consisting of:
1 each Protect premium Research Microscope mot
Axio Observer Z1 Inverted Scope S/N 3834002193
Consisting of:
1 each Protect premium Research Microscope mot
LSM 780 w/one scope S/N 2504000667
Consisting of:
1 each Protect premium LSM 780
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
Axio Observer Z1 Definite Focus S/N 3834004401
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Definite Focus
Imager Z2 with MetaSystem S/N 3534000529
Consisting of:
1 each Protect premium Research Microscope mot
LSM 710 one photon w/ one scope S/N 2502000471
Consisting of:
1 each Protect premium LSM 710 (2/3 Ch.)
1 each Protect premium Research Microscope mot
1 each Protect premium 405/440nm CW Laser
Axio Observer Z1 Inverted Scope S/N 3834004197
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Definite Focus
Axio Observer Z1 Inverted Scope S/N 3851000227
Consisting of:
1 each Protect premium Research Microscope mot
Axio Examiner D1 Fixed Stage Scope S/N 3343000561
Consisting of:
1 each Protect premium Research Microscope mot
1 each Protect premium Axiocam 503/506/512/702
PREVENTIVE MAINTENANCE: The Contractor shall perform one (1) preventative maintenance inspection (PMI) during the contract period. Service shall be performed by technically qualified factory trained personnel. Service 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 (9AM-5PM) not including Contractor holidays
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 service 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, using unlimited new or remanufactured with original equipment specifications parts to restore the equipment to normal and efficient operating condition. Contractor will provide unlimited use of loaner equipment for any instrument that has to travel off site for repair. Emergency service calls shall not replace the necessity for PMI.
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. Parts shall be new or remanufactured with original equipment specifications. Basic LSM microscope, ConfoCor microscope, Elyra Microscope, AxioScan system, System Tables, Scan Modules, Spectral Detectors, NDDs, GaAsP Detectors, Laser Modules, Electronics Controllers, Airyscan Modules, LSM BiG Detectors, Definite Focus Modules, System Computers purchased within 5 years, AIM/ZEN Software, Stage, Incubator, AxioCam, Lasers, and EM-CCD are covered for parts and labor.
SOFTWARE UPDATES/SERVICE: The Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include unlimited 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.
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.
TECHNICAL SUPPORT AND TRAINING: The Contractor shall provide unlimited phone support for troubleshooting by certified technical support engineers and application specialists. The Contractor shall provide unlimited remote 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. This service can only be provided by Zeiss qualified application specialists. Telephone support and onsite training shall occur Monday through Friday during standard business hours (9AM-5PM) not including Contractor holidays
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.
All responses and questions shall be emailed to Miguel Diaz, Contracting Officer, via electronic mail at miguel.diaz@nih.gov. A determination by the Government not to compete this proposed 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 be registered and have valid certification in the System for Award Management (SAM) through SAM.gov. Reference: 75N91019Q00058 on all correspondence.
This notice is not a request for competitive quotation. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received via electronic mail at miguel.diaz@nih.gov by 12:00 PM EST, on May 17, 2019.
Responses should include both the STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. This notice is to assist with determining sources only. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description [ten (10) pages or less] that includes product specifications. Include past experience with performing this type of service for Government (Federal or State) agencies, or for a private medical facility. Please indicate your address (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB)(g) Include the DUNS number of your firm. (h) State whether your firm is registered with SAM System for Award Management www.sam.gov/. If not, please NOTE: any future solicitation can only be awarded to a contractor who is registered in SAM.
- Opportunity closing date
- 17 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Health and Human Services National Cancer Institute, Office of Acquisitions - Shady Grove United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.