SOLICITATION NOTICE
66 -- Maintenance Services Contract for BD Special Order Flow Cytometry Instrumentation
- Notice Date
- 12/20/2013
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
- ZIP Code
- 21702
- Solicitation Number
- N02RC44104-57
- Archive Date
- 1/21/2014
- Point of Contact
- Reyes Rodriguez, Phone: 240-276-5442, Terry L. Galloway, Phone: 240-276-5384
- E-Mail Address
-
reyes.rodriguez@nih.gov, gallowaytl@mail.nih.gov
(reyes.rodriguez@nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch, plans to procure on a sole source basis maintenance services for Flow Cytometry instrumentation from Becton Dickinson Biosciences 2350 Qume Drive, San Jose, CA 95131-1807. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System code is 541990 and the business size standard is $14.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance is twelve (12) months from date of award. It has been determined there are no opportunities to acquire green products or services for this procurement. The Experimental Immunology Branch Flow Cytometry Facility provides basic research support to members of the EIB as well as to investigators throughout CCR, NCI. Support is provided using multiple instruments manufactured by BD Biosciences. Support is provided 5 days per week to approximately 75 users. Each instrument supports multiple experiments each day, and each instrument if fully utilized. The experiments performed involve costly reagents, expensive animals, and multiple man-hours. When an instrument malfunctions, or does not operate optimally, these costly experiments are lost. It is therefore necessary that all instrumentation operate in an optimal fashion, and that down time due to malfunctions and repair time be minimized. Because the nature of the equipment is highly experimental, the OEM routinely designs and implements software and hardware improvements to the instrumentation. It is essential to the EIB that these revisions be installed in a timely fashion to maintain optimal performance. Contractor Requirements are: 1. In order to maintain optimal performance and to minimize down time, the EIB requires maintenance services for the EIB flow cytometry instrumentation that includes: a) Contractor shall perform timely on-site repair by factory trained personnel and including OEM parts, labor and travel. All on-site repairs shall be performed without requirement for any additional purchase orders from the government or from the contractor to the field engineer services engineer vendor. b) All repairs shall be completed to conform to OEM standards. c) In order to provide timely response, the contractor shall maintain an OEM trained local (Washington Metropolitan area) field service technical workforce, as well as an OEM spare parts inventory and a telephone consultation technical workforce. d) Guaranteed on-site response time by field engineer of 48 hours or less for all repairs. e) Guaranteed priority dispatch status of field engineers equivalent to that offered by the OEM to OEM contract customers. f) Contractor shall perform telephone support to include expert technical engineering advice, all instruments. Such telephone support shall be provided on an immediate basis without any requirement for per call purchase orders from the government or from the contractor to the telephone support vendor. g) 2 preventative maintenance inspections per year performed by OEM trained field engineers and to include the OEM preventative maintenance parts kit. h) Timely installation of all OEM software revisions and OEM component revisions, as well as re-installation of existing software and operating systems as required to repair instrumentation according to OEM standards. i) Due to the complexity of the instrumentation, repairs may necessitate multiple engineers, multiple visits, and/or shipment and installation of multiple OEM parts and components to identify the exact nature of a problem. The contractor shall perform such trouble shooting in a timely fashion. Such troubleshooting services shall be provided by OEM trained personnel. Such troubleshooting services shall be provided without requirement for additional purchase orders from the government or from the contractor to the trouble shooting vendor. j) Contractor shall provide spare parts and upgraded components as necessary to repair equipment and maintain the equipment in optimal working order excluding consumables as defined by the OEM. Contractor shall ship in stock parts and components by overnight delivery. If telephone consultation with factory trained field engineers identifies the necessary spare part, the contractor shall provide immediate shipment for overnight delivery for next day installation by qualified OEM trained field engineers. k) The contractor shall perform unlimited emergency service repairs without requirement for additional purchase orders to be issued by the government or by the contractor the emergency services vendor. In the case of an emergency, the contractor shall provide same day access to on site (NIH) OEM field engineers for diagnosis and possible same day repair. l) If any 3rd party (not the contractor) services will be used, the contractor will maintain agreements with the third party vendors that guarantee the 3rd party vendor will provide timely dispatch and that the 3rd party will accept as paid in full all payments as made and determined by the contractor. Due to the specialized nature of the equipment, the only qualified vendor for many of the services is the OEM, and 3rd party agreements must include the OEM. 2. Equipment to be covered: a) FACSARIA II Special Order 6-Laser System, SN P69500128 b) BD Laser Component of SN P69500128, Sapphire 488-50 Blue Laser SN 5363 c) BD Laser Component of SN P69500128, 640-40 Red Laser SN 5364 d) BD Laser Component of SN P69500128, 594-200 Yellow Laser SN 5369 e) BD Laser Component of SN P69500128, 405-100 Violet Laser SN 5368 f) BD Laser Component of SN P69500128, UV 100mW Laser, SN 5370 g) BD Laser Component of SN P69500128, 561-100 Lt Grn Laser, SN 5371 h) BD LSRFortessa Special Order Flow Cytometry System, SN H64779500002 i) BD Laser Component of SN H64779500002, Violet 405-100 SN6678 j) BD Laser Component of SN H64779500002, Yellow laser 592nm-200mW, SN 6677 k) BD SAPPHIRE Laser component of SN H64779500002, 488-100 Blue Laser, SN 6675 l) BD Laser Component of SN H64779500002, COHR Cube 640-100 Red Laser, SN 6676 m) BD Laser Component of SN H64779500002, Compass 561-100 Lt. Green, SN 6679 This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 11 AM EST, on January 6, 2014. All responses and questions must be in writing and faxed to 240-276-5399 or emailed to Reyes Rodriguez, Contracting Specialist via electronic mail at reyes.rodriguez@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. Reference: N02RC44104-57 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC44104-57/listing.html)
- Record
- SN03256125-W 20131222/131220235152-cfa6dfb24c8a2e0831e8f54516f087b1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |