Contact Points
Primary Contract Specialist
Secondary Contracting Officer
ELLICOTT CITY, MD, 21042-1122
Background Information and Objective:
The goal of our brain imaging studies at the Molecular Imaging Branch Radiopharmaceutical Sciences Section of the NIMH is to advance the notion of quantitative measures in the diagnosis of psychiatric illnesses. Such an approach relies heavily on specific quantitative brain receptor imaging. This technique is reliant on the simultaneous determination of the arterial plasma input function for each individual participant in these studies. To be able to provide such crucial supportive information, we have been successfully in obtaining results from the radioanalysis of these individuals using two High Performance Liquid Chromatography (HPLC) located in our two laboratories.
Place of Performance:
The place of service performance shall be at the National Institutes of Health, 9000 Rockville Pike, Building 10, Room B3C335, and at Building 49, Room B1A59, MD 20892
SCOPE OF WORK
General Requirements:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:
Specific Requirements:
The contractor shall provide the following support for the two HPLC systems with serial numbers of 2712192 and 2712292 (Beckman Coulter).
A Labor Only Service Agreement will cover all Labor and Travel involved with performing Service Calls for one year. One Preventative Maintenance Call will be scheduled and performed by M R Technical Specialists on each instrument during the year, unless otherwise noted. All parts used on the Preventative Maintenance Call and any parts used on other service calls will be supplied by the customer or billed separately at the time they are used.
LEVEL OF EFFORT:
Not applicable
GOVERNMENT RESPONSIBILITIES
Government will provide Contractor personnel reasonable access to the each HPLC system for the required maintenance support and repair services. Government will cooperate with Contractor personnel so that maintenance support and repair services can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the services.
DELIVERY OR DELIVERABLES
Not applicable
REPORTING REQUIREMENTS
Contractor shall provide a written report, submitted via email as a PDF or original paper hardcopy, upon completion of the annual preventative maintenance visit or any repair/service visit. The report shall summarize the visit and include a list of the hardware or software items checked, notations of any corrections made to bring each item into specifications, and any recommendations for maintaining the equipment within optimal specifications. This report shall be provided to the Contracting Officer Representative (COR)
OTHER CONSIDERATIONS
Travel:
Travel reimbursement is already part of the contract.
Key Personnel:
Technical service person must be acquainted with the Beckman Coulter HPLC and software (Karat 32) in order to support and repair the two HPLC systems.
Information System Security Plan:
Contractor service technicians must be cleared at the NIH commercial vehicle inspection station located at 9000 Rockville Pike, Bethesda, MD, 20892 to gain access to the premises.
Data Rights:
Not applicable
Section 508—Electronic and Information Technology Standards:
Contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. All tasks for testing of functional and/or technical requirements must include specific testing for Section 508 compliance, and must use NIH approved testing methods and tools.
Publications and Publicity:
Not applicable
Confidentiality of Information:
The Contractor will treat all experimental research data and information the located within the NIH as confidential.
Interested parties may identify in writing their interest and capability in response to this requirement. 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.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.