Federal Bid

Last Updated on 10 Jun 2015 at 8 AM
Combined Synopsis/Solicitation
Convent Louisiana

Service contract for the maintenance of Coherent Titanium-Sapphire (Ti:S) Lasers

Solicitation ID HHS-NIH-NIDA-(SSSA)-15-376
Posted Date 20 May 2015 at 7 PM
Archive Date 10 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Convent Louisiana United states
COMBINED SYNOPSIS / SOLICITATION

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number is HHS-NIH-NIDA-(SSSA)-15-376 and the solicitation is issued as a request for quote (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 effective May 7, 2015.
This acquisition is unrestricted. The associated NAICS code is 811219 and the small business size standard $20.5.

STATEMENT OF OBJECTIVES

The purpose of this requirement is to provide service and repair for three (3) Coherent Chameleon lasers:
Chameleon Ultra II laser s/n: GDP.1117782.7079
Chameleon XR 80MHz s/n: GDP.1121784.9578 Chameleon XR 90MHz s/n: GDP.1068731.1268


Title: Service contract for the maintenance of Coherent Titanium-Sapphire (Ti:S) Lasers

The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.

The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease.

In support of the NINDS' mission, the SPS provides basic science research into the fundamental mechanisms underlying visual processing in the retina. This requires extensive biochemical, physiological and imaging investigations into the function of the retinal neural circuit. Much of the SPS research is directed toward understanding visual processing in the dendrites of retinal neurons, information that cannot always be gleaned from electrophysiological recordings from the cell body. Consequently, the SPS requires laser-scanning fluorescent microscopy employing two-photon excitation elicited by infrared Titanium-Sapphire (Ti:S) lasers. These lasers constitute a critical component of the SPS experimental apparatus and the Ti:S manufacturer-peak operation is essential for continued successful work in the SPS.

The Ti:S lasers in the SPS are manufactured by Coherent, Inc. , and require periodic preventive maintenance, service, upgrade, and repair.

Scope of Work

1. All components of the laser system need to be covered by the service agreement.
2. Calls to the service office result in the dispatch of a field engineer, who will perform remote diagnostics.
3. If remote diagnostics cannot address the problem, a field service engineer must visit the site within 24 hours and attempt to repair the laser on-site within three business days.
4. If the system cannot be repaired via remote diagnostics or during a field service visit, repair lead-time target is 20 business days.
5. Any software upgrades will be provided at no additional cost.

Mandatory Criteria

• Coherent, Inc. technicians are manufacturer trained and certified and they shall be the only field engineers permitted to service Coherent equipment.
• All parts shall be certified manufacturer parts without exception
• All equipment is covered by a one year parts and labor warranty

Travel
Travel to the NIH is the sole responsibility of the contractor. These lasers are located on the NIH campus, 35 Convent Drive, Building 35A, Room 3E-696.

Period of Performance
Base Year - June 1, 2015 through May 30, 2016
Option Year One - June 1, 2016 through May 30, 2017
Option Year Two - June 1, 2017 through May 30, 2018
Option Year Three - June 1, 2018 through May 30, 2019
Option Year Four - June 1, 2019 through May 30, 2020

FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the service quoted and whether it meets the essential requirements as specified in the scope of work; and (2) price.
Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer.
FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.
In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by May 26, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-376. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
Contact Andriani Buck at [email protected] for information regarding the solicitation.

Bid Protests Not Available

Similar Past Bids

Location Unknown 26 Mar 2013 at 7 PM
Bethesda Maryland 09 Jul 2003 at 5 AM
Gaithersburg Maryland 25 Jun 2003 at 5 AM
San diego California 11 Jul 2019 at 12 AM

Similar Opportunities

Glendale luke air force base Arizona 10 Jul 2025 at 3 AM
Rock island Illinois 09 Jul 2025 at 7 PM
Northport New york 17 Jul 2025 at 8 PM