Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
SOLICITATION NOTICE

Z -- Maintenance Agreement for a Thermo Cell Based Robotic Assay System

Notice Date
4/3/2014
 
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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-2014-PS123
 
Point of Contact
Andrea McGee, Phone: 3014358718
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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(SS-SA)-2014-PS123 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Thermo Electron North America, LLC, P.O.Box 11448, Riveria Beach, FL, 33419. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-72, dated January 30, 2014. A notice regarding any set-aside restrictions, the associated NAICS 811219 code and the small business size standard is $19.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis a Maintenance Agreement for a Thermo Cell Based Robotic Assay System. This requirement is for the purchase of a service agreement to support the performance and operating efficiency of the Cell based robotic assay system, located in Building 10, room 7C121. This instrument will serve as an integral part of the NINDS Translational Neuroscience Center, contained within the NeuroTherapeutics Development Unit, where it will be used by scientists to support the research of NINDS and other NIH institutional scientists. There are no significant neuroprotective and/or neuroregenerative therapies available to treat chronic neurodegenerative disorders. Based on what is known about disease pathogenesis, successful neuroprotective therapeutics would have dramatic effects on the quality of life of patients with these disorders. The NeuroTherapeutics Development Unit, as part of the NINDS Translational Neuroscience Center will provide a resource for investigators at NINDS and other NIH institutes to develop neuroprotective and neuroregenerative therapeutic entities. A significant part of this work will include development of cell-based assays to identify, evaluate and characterize potential agents as possible treatments for neurological disorders. These assays can be completed by using a custom-designed cell base robotic assay system, which was originally designed and constructed by the Thermo Laboratory Automation group. This instrument will enable medium throughput screening of rodent and human neuronal cultures for neuroprotective and neuroregenerative compounds. Endpoints such as neuronal cell viability, neurite number, length, branching, density etc., axodendritic degeneration may all be quantitated with this instrumentation, and utilized by many investigators at NINDS and other institutes. The proposed work is servicing and maintenance of a Thermo CRS system with already existing Thermo CRS software. • Hardware: Robot Arm Only F3 F01048, Robot Controller Only F3/F3T F01049, Servo Gripper, F3, 65mm v7 (No fingers) F01004, Lid Park Complete, Lndscp, NA F01287, Device, Rockeport 15 P00011, Multi-PC Set up kit P00028, Power Distribution on Tables Cytomat 2, 2C4 +4-10 120V TFS-50070702, GPAYS IOBox Robot System with Estop F01340, Del Automation PC with 5xSerial F01826, UPS, APC Smart 115Vx3 V00037 • Software: Momentum Single Mover MSI0001, Momentum License for PE Janus MSI0004, Momentum Concurrent Interface MSI0003 (QTY 7 Concurrent Licenses). • Coverage includes: 100 percent Parts, 100 percent labor, 100 percent Travel Expenses, Unlimited Troubleshooting, Priority 3 hr Phone response, Priority 3 hr Email response, Priority 72 hr Onsite response. • Once site visit service is required - unlimited emergency visits, unlimited diagnostic phone support, unlimited diagnostic email support, one preventative maintenance visit, maintenance software releases wehre applicable. • Optional Coverage: Momentum Keeping Current Subscription for Systems with 10 or fewer Instances of Momentum Standard Library Driver. Includes E-Services Portal Access - Issue Logging and Tracking, Documentation, Knowledgebase Articles, Training, User Forums, Access to Software Maintenance Releases, Access to Software Minor Releases, Access to New Instrument Drivers and Updates, Discount on Core Momentum Software Major Releases. The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by April 11, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PS124. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SS-SA)-2014-PS123 /listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03328785-W 20140405/140404000451-652fa5f45bbeb8edc5251ce9c45ef31a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.