Maryland Bids > Bid Detail

Maintenance Service Agreement for the Bruker 11.7 Tesla Spectrometer

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159027079242028
Posted Date: Apr 2, 2024
Due Date: Apr 15, 2024
Solicitation No: NIMH-24-003512_SBSS
Source: https://sam.gov/opp/50061d5dd5...
Follow
Maintenance Service Agreement for the Bruker 11.7 Tesla Spectrometer
Active
Contract Opportunity
Notice ID
NIMH-24-003512_SBSS
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 02, 2024 04:23 pm EDT
  • Original Response Date: Apr 15, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

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; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



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.



Purpose and Background:



The National Institute of Mental Health’s Molecular Imaging Branch Section on Magnetic Resonance Spectroscopy has an 11.7 Tesla super conducting magnet in the lab to conduct magnetic resonance spectroscopy studies. The magnet includes software for Microimaging Accessory: Paravision, TOPspin, Team Viewer; as well as hardware: Gradient amplifiers, X/Y/Z (60A), safety controller, Micro 2.5 Gradient coil, and Mini75 Gradient Coil.



Objectives/Project Requirements:



Any of these hardware or software systems may need immediate repair to maintain the system’s functionality and ensure the continuance of NMR experiments in the lab. The maintenance agreement will include all patch/firmware updates for all software systems and coverage for repair of hardware, if necessary. The maintenance agreement for one base year and four option years covers the following:



• Parts coverage



• No additional onsite support



• Agreement includes live support of the system by Bruker trained service engineer through a



secure remote connection, (e.g. MS Teams(TM) or TeamViewer(TM))



• Software and data system up-to-date, includes software patches and firmware updates but no



software upgrades (ie. TS2- TS3)



• Computer exchange after 3 years of continuous coverage.



Full coverage agreement includes any repair needed to get the Microimaging Accessory back



up and running.



Coverage includes:



• Gradient amplifiers, X/Y/Z (60A) and safety controller



• BCU20



• Micro 2.5 Gradient coil



MICWB40 Probe Body + Base



MICWB40 RES 500 1H 040/020 QTR T117956 31



MICWB40 RES 500 1H 040/025 QTR T118419 34



MICWB40 RES 500 1H/13C 040/025 LLTR T118289 28



MICWB40 RES 500 1H/13C 040/010 LLTR T132987 26



• Mini75 Gradient Coil



MINIWB57R body set (W2)



MINIWB57R RES 500 1H 057/040 QTR T143804 12



MINIWB57R SUC 500 1H/13C ID=20MM TR T174827 10



MINIWB57R RES 500 1H/13C 057/040 LLTR T174830 10



Animal Monitoring/handling system



Quad Combiner



Covered by the agreement are:



• Onsite service including labor and travel costs for hardware failure and preventative



maintenance.



• Parts coverage for the selected microimaging accessory items; BCU20, Gradient Amplifier,



Safety Controller, Gradient Coil(s), probe body(ies), insert(s)



• Support of the system by Bruker trained service engineer through a secure remote connection,



(e.g. TeamViewer(TM)) software)



• Topspin software and data system up to date, includes software patches and firmware updates



(software upgrades excluded, ie. TS2- TS3)



• Paravision software and data system up-to-date, includes software patches and firmware



Other important considerations: 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 products or 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 a 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 and 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 is not required.



The response is limited to 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. Facsimile responses are NOT accepted.



The response must be submitted to Tiffany Stone, Contract Specialist at e-mail address tiffany.stone@nih.gov and Christine Frate, Contracting Officer at e-mail address christine.frate@nih.gov



The response must be received on or before April 15, 2024 at 10 am, Eastern 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 presolicitation 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).”



Attachments/Links



No attachments or links have been added to this opportunity.



Contact Information:



Contracting Office Address




  • c/o 3WFN MSC 6012 301 N Stonestreet Ave

  • Bethesda , MD 20892

  • USA



Primary Point of Contact




  • Tiffany Stone

  • tiffany.stone@nih.gov

  • Phone Number 301.480.7158



Secondary Point of Contact




  • Christine Frate

  • christine.frate@nih.gov

  • Phone Number 301.443.3846


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 02, 2024 04:23 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >