Skip to content

Maintenance Agreement for a Government-owned Confocal Microscope

PUBLIC NOTICE OF PROPOSED ACQUISITION

National Eye Institute / National Institute of Health

 

Announcement/Number: EE19-003670

Post Date: March 20, 2019

Closing Response Date: March 31, 2019

Proposed Award Date: April 1, 2019

Project Title: Maintenance Agreement for a Government-owned Confocal Microscope

Contracting Office: National Eye Institute, Building 31, Room 6A52

Contact Point/Contracting Officer/Contract Specialist: Elaine Estrella, estrellaek@mail.nih.gov

North American Classification System (NAICS) Code (include): 811219

Classification Code: Other Electronic and Precision Equipment Repair and Maintenance

Offerors must quote on all items to be eligible for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation.

 

STATEMENT OF WORK

1. SCOPE

Contractor to provide all labor and replacement parts to repair government-owned Olympus model FV1000 MPE2 confocal + multi-photon microscope (SN 7M22466) for the period 04/01/2019 to 03/14/2020. All maintenance services shall be performed in accordance with the manufacturer’s standard commercial maintenance practices.

2. PREVENTIVE MAINTENANCE

Contractor shall perform one (1) preventive maintenance inspection during the contract period to include the following: performance check of scanning unit, laser power and alignment, laser collimating, beam expander, and pupil lens. Service shall be performed by technically qualified factory-trained personnel. Service shall consist of a thorough cleaning, calibration, adjusting, 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.

3. 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  8:00AM – 5:00PM Monday thru Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within twenty-four (24) hours furnish 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 PMIs. 

4. REPLACEMENT PARTS:

The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable parts to include batteries. Parts shall be new or remanufactured to original equipment specifications. 

5. 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 trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government.

6. 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. 

7. PERIOD OF PERFORMANCE: Period of Performance shall from 04/01/2019 – 03/14/2020.

8. PERSONNEL QUALIFICATIONS

Personnel shall have a minimum of one (1) year experience in the servicing of Olympus FV1000 MPE2 system as covered by this contract. All primary service personnel shall have at least one backup support have at least the same level of expertise on the equipment covered by this contract.

9. PLACE OF PERFORMANCE: Service shall be performed at the following location:

NEI Biological Imaging Core
Building. 6, Room 209A
6 Center Drive
National Institutes of Health
Bethesda, MD 20892
301-496-2829

10. PAYMENT

Payment will be made 30 days from date of invoice.

12. AWARD TYPE     

Firm Fixed

13. BASIS OF AWARD

Lowest Price Technically Acceptable

 

A determination by the Government not to compete this proposed contract acquisition based upon responses to the notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. 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. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any nonproprietary technical information in any resultant solicitation(s).

Closing Statement: This notice is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses must be received by March 31, 2019 and must reference number EE19-003670Responses may be submitted electronically to estrellaek@mail.nih.gov or hand delivered in person. Fax responses will not be accepted.

“All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”

Last updated: July 15, 2019