NINDS 23-007277

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Slide Scanner Service Contract Renewal
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
ESTRELLAEK@MAIL.NIH.GOV
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$22,000,000
Estimated Period of Performance
05/01/2023 - 04/30/2024
Set-Aside Status
Not Set Aside
Competition Status
Competitive
Background/Description of Requirement

STATEMENT OF WORK (SERVICES)

(SOW)

 

GENERAL INFORMATION

Title of Project:

Maintenance Support Service for Leica Aperio 200 digital slide scanner SN500258

 

Statement of Need and Purpose:

The purpose of this acquisition is to acquire a service agreement (maintenance/repairs) for a Leica Aperio 200 digital slide scanner (SN500258). This requirement is for base year only

 

Background Information and Objective:

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 Neuropathology Unit (NPU) of the Surgical Neurology Branch (SNB) provides NINDS investigators with access to a Leica Aperio 200 digital slide scanner capable digital images of capturing immunohistochemistry and immunofluorescence on PPFE sections as well as frozen procured specimens.  This Unit supports research which expands NINDS’s understanding of the many aspects of neurological disorders and stroke. The NPU’s goal is to apply knowledge derived from the basic research conducted in NINDS to practical diagnostic applications that enhance human health and well-being. The Leica Aperio 200 digital slide scanner in this lab is the critical component in the carrying out the lab’s mission.

With its high level of reproducibility and high output, the Aperio 200 digital slide scanner is a major workhorse for data collection and evaluation which is required in the exploration of all aspects of research as performed by members within the SNB. Furthermore, the Aperio 200 digital slide scanner is utilized by Division of Intramural (DIR) clinical investigators and trainees across several NINDS laboratories in pursuit of their research projects. A service agreement allows for quick repair, if needed and regular maintenance and upgrading work to ensure continued use of the equipment which is required to perform at peak manufacturer’s standards.

 

Period of Performance:

The period of performance shall be May 1, 2023 through April 30, 2024.

 

Place of Performance:  NIH Main Campus, 10 Center Drive, Building 10, Room 3D17, Bethesda, MD 20892.

 

SCOPE OF WORK

General Requirements:

The purpose of this acquisition is to acquire a service agreement (maintenance/repairs) for a Leica Aperio 200 digital slide scanner (SN 500258). This requirement is for base year only.

 

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:

Contractor shall provide all labor and replacement parts to maintain normal operation of the existing Bond Max automated stainer. Service shall be provided between the hours of 7 am and 6 pm, Bethesda, MD local prevailing time, Monday through Friday, unless indicated otherwise as follows:

  • Contractor to provide all labor, material and equipment to provide preventive maintenance for government owned Leica Aperio 200 digital slide scanner (SN500258), located in Bldg.10/Rm 3D17 for the period of 05/01/2023-4/30-2024.  Maintenance services shall be performed in accordance with manufacturer’s standard commercial maintenance practices. 
  • Charges are to be billed quarterly in arrears.
  • Contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support.
  • Preventive Maintenance:  Contractor shall provide maintenance services and monitor this equipment’s performance to proactively maintain and monitor this equipment’s performance.  Planned maintenance inspections are included to assure peak performance and reproducibility, and minimize costly down time. Service shall be performed by technically qualified factory trained personnel.  Service shall consist of a thorough cleaning, calibration, adjustment, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures.
  • Included is 1 planned maintenance inspections/year, with labor, travel and replacement repair parts covered.
  • 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.
  • 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.
  • Personnel Qualifications:  Personnel shall be thoroughly trained according to Leica’s standard practices.
  • Place of performance:  Service shall be performed on the above listed equipment at the following location: Bldg.10/Rm. 3D17.

 

 

LEVEL OF EFFORT:

Not applicable

 

GOVERNMENT RESPONSIBILITIES

The Government will provide Contractor personnel reasonable access to the Equipment for the required service repair support. Service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises.

 

DELIVERY OR DELIVERABLES

Preventive maintenance as described under specific requirements in this Statement of Work

 

REPORTING REQUIREMENTS

Not applicable

 

OTHER CONSIDERATIONS

Travel:

Not applicable

Key Personnel:

The Contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and maintain the equipment at peak factory performance. Service personnel must be certified by the Original Equipment Manufacturer, Leica Biosciences.

 

Information System Security Plan:

Not applicable

 

Data Rights:

Not applicable

 

Section 508—Electronic and Information Technology Standards:

The 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:

Not applicable

 

 

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.