Montana Bids > Bid Detail

Maintenance Renewal for Gatan Cameras

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159595744366882
Posted Date: Jan 8, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/e0f011291c...
Follow
Maintenance Renewal for Gatan Cameras
Active
Contract Opportunity
Notice ID
NIAID-SS-24-2203996
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 08, 2024 05:04 pm EST
  • Original Response Date: Jan 19, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 03, 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:
    Hamilton , MT 59840
    USA
Description

Introduction

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.





Project Summary

The National Institute of Allergy and Infectious Diseases (NIAID)’s Electron Microscopy Unit (EMU) of the Research Technologies Branch (RTB) provides state-of-the-art technologies to support the ultrastructural imaging needs of NIAID scientists both in the Bethesda, Maryland, area and at the Rocky Mountain Laboratories (RML) in Hamilton, Montana. The facility provides sample preparation and analysis ranging from basic to high resolution structural studies to immuno-localization of selected antigens for various specimens. Various methods, protocols, and equipment are employed to accommodate different preparative and imaging needs. Real-time viewing of samples by video image-sharing is available to NIAID users, allowing scientists at distant locations to view samples simultaneously with microscopy staff. To continue supporting the needs of NIAID researchers, the RTB must continue to upgrade and maintain its instrumentation.





The EMU supports NIAID investigators with various state-of-the-art microscopy techniques and technologies. The EMU requires service agreements for two Gatan 1067 GIF cameras (S/N 20102201W1067 and 19091107W1067) installed on Krios G1 and Krios G4 microscopes. These cameras are crucial for high-resolution data collection for structural studies involving drug and vaccine development. The high-resolution electron microscopes will be rendered unusable without functioning Gatan cameras. Original Equipment Manufacturer (OEM)-trained engineers and parts are essential in keeping the cameras working at peak performance. Without a service contract that includes preventive maintenance visits and prompt service to remedy a downed camera, the electron microscopy unit would fail to support the scientific mission of the NIAID investigators.





Specifically, EMU is seeking maintenance service for various Gatan equipment listed below.

Gatan Equipment Info. Serial No. Description

1067 GIF BioContinuum 20102201W1067 Krios G1

1067 GIF BioContinuum 19091107W1067 Krios G4





The service of the Gatan cameras must meet the following minimum requirements:

1. Full coverage for OEM replacement parts, labor, and travel. Coverage includes all fees associated with repairs (labor and replacement parts for any service or repairs performed.

2. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer’s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed in your response. OEM Trained Certified Technicians required.

3. One (1) Preventive Maintenance Inspections to be performed during a twelve-month period

4. 48-hour priority response time once service call received

5. Instrument control software and hardware proprietary updates (can occur during scheduled firmware updates upon request, and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit), including software revision. Provide End User License Agreement (EULA) if applicable.

6. Unlimited service visits during normal business days and hours, excluding Federal holidays.

7. Unlimited telephone support for instruments and applications and Remote Technical Support during business hours.





Anticipated Period of Performance

It is anticipated that an award will be made on or about March 1, 2024. The estimate base period of performance is from date of award through February 29, 2025. The period of performance shall be one (1) base year with four (4) one-year option periods.





Capability Statement/Information Sought

If your organization has the potential capacity to provide maintenance service which meets the minimum salient characteristics listed above, please provide the following information:

1. Organization name, address, point of contact, email address, website address, telephone number, UEI number





2. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.) pursuant to the applicable NAICS code





3. Identification of any Best-in-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule, NITAAC) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY.



4. Tailored capability statement addressing the capability of the instrument to meet NIAID’s minimum salient characteristics. Capability document shall be no more than six pages. The priority scheduling and/or response time must be provided with your response.





Submission Instructions

Interested businesses who consider themselves qualified to provide the above listed maintenance service for this project are invited to submit a response to this Sources Sought Notice by January 19, at 3:00 PM EST. All responses under this Sources Sought Notice shall be emailed to Hershea Vance at hershea.vance@nih.gov.





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 Federal Business Opportunities. 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
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 08, 2024 05:04 pm ESTSources 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 >