Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SPECIAL NOTICE

J -- Preventive Maintenance and Non-Emergency and Emergency Repair Service for 18 Biomek liquid handling systems - Sole Source Justification

Notice Date
8/28/2014
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-14-0156
 
Archive Date
9/28/2014
 
Point of Contact
Larry D Nelson, Phone: 612-336-3225
 
E-Mail Address
Larry.D.Nelson@aphis.usda.gov
(Larry.D.Nelson@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification USDA-Animal and Plant Health Inspection Service (APHIS) National Veterinary Services Laboratory (NVSL) in Ames, IA anticipates a sole source maintenance contract for a base and four option years under the authority of FAR 6.302-1 for the following requirement: Maintenance and Repair of Beckman Coulter Biomek NXP liquid handling systems. This contract will be for a base period of one year with four option years for routine maintenance and applicable repairs for approximately 18 Biomek NXP liquid handling systems at approximately $170,000 per year ($840,000 total). NVSL provides the National Animal Health Laboratory Network (NAHLN) laboratories specific Standard Operating Procedures (SOPs) to perform testing for high consequence foreign animal diseases. The Biomek NXp is the only liquid handling unit approved and validated for use with those SOPs. It is imperative that this equipment is serviced and maintained to meet the original equipment manufacturer's (OEM) specifications. Beckman Coulter, Inc. is the Original Equipment Manufacturer (OEM) of the Biomek NXp and therefore is the most capable vendor for furnishing all necessary trained and experienced personnel, labor, diagnostic equipment, proprietary tools, parts and software, engineering upgrades (for safety or performance) and customer support services. In addition, there is proprietary software for the firmware down loader and boot loader software, which is used when the CAN board (communication bus for the unit) needs to be replaced. All of these components are necessary to provide the required technical support and expertise for on-site full service maintenance, including preventive maintenance. If the equipment is not maintained to OEM specifications, it could invalidate the instrument, which would be a critical deviation from the testing procedures. Interested sources that are capable of providing the equivalent services listed above are encouraged to submit statements of capability to the contracting office. Small business concerns are encouraged to participate. A determination by the Government not to compete this requirement based on 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 requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide past performance and references regarding your ability to provide this service along with your Statement of Capability. The Government will not award a contract based on the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. Please email Statements of Capability to Larry Nelson at Larry.D.Nelson@aphis.usda.gov. Verbal inquiries will not be honored. Closing date for submission of Statement's of Capability is 10:00 AM CT on September 9, 2014. The North American Industry Classification Code (NAICS) is 811219 with a small business size standard of $19.0 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-14-0156/listing.html)
 
Place of Performance
Address: 250 S. Kraemer Blvd, Brea, California, 92821, United States
Zip Code: 92821
 
Record
SN03487052-W 20140830/140829023116-5f5ce33a2bc5e30d22b6e33bd1668c9d (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.