Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2014 FBO #4681
SOLICITATION NOTICE

J -- Service Contract for BD Bioscience flow cytometer, FacsAriaII. - Statement of Work

Notice Date
9/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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-(SSSA)-14-746
 
Archive Date
10/11/2014
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW COMBINED SYNOPSIS / SOLICITATION 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-(SSSA)-14-746 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014. This acquisition is unrestricted. The associated NAICS code 811219 and the small business size standard $20.5. STATEMENT OF OBJECTIVES The FacsAriaII purchased by LMMN has 4 lasers: UV laser of 100mw that allows expanding the range of application choices; blue, red and violet lasers. The service contract will replace the lasers in case one or all four will burned out. This will assure the continuity of LMMN's work. The FacsAriaII is highly sensitive and complex equipment and requires expert maintenance and repair. Title: Service Contract for BD Bioscience flow cytometer, FacsAriaII. STATEMENT OF WORK The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The BD Bioscience flow cytometer, FacsAriaII is critical to carry out the work in the laboratory of Molecular Medicine and Neuroscience (LMMN). FACSAriaII was purchased to facilitate the identification and analysis of specific population of cells to study infections of the human brain. Among these studies is the identification of cells that are targets for viral infections in the human population. This instrument allows the collection of homogenous populations of cells from both the nervous system and the immune system. The service contract will guarantee the support of BD engineers in case the optical alignment, lasers alignment or lasers focus. The FACSAria is the only high-speed cell sorter that offers Accudrop technology. Accudrop technology allows the operator to monitor side streams while sorting. The service contract will assure the correct function of this important feature. Scope of the Work: Detailed Technical Requirements The contractor shall provide coverage for the repair, labor, parts, travel as well as planned preventive maintenance activity at the LMMN laboratory. The contractor agrees to send a field service representative to perform planned preventive maintenance inspections and unlimited visits to perform repairs. The preventive maintenance inspections will evaluate instrument performance and provide calibrations, alignments, lubrication and part replacement as necessary to maintain the instrument operation substantially in accordance with the published technical specifications for the instrument. The contractor will provide technical support during working days between the hours of 8AM and 12AM Eastern Time. The contractor will provide all compatible parts required to affect a repair covered under its service obligation, except for consumables. Services will comply with equipment warranty guidelines and will not limit, alter, or negatively affect the warranty in any manner. Shipping & Handling charges for replacement parts that are covered under warranty or maintenance service agreements will be at no charge to LMMN. All service engineers must be specially trained to work with FacsAriaII equipment and FacsAriaII lasers. Service will be performed at the NIH site Building 10, room 3B12. Please refer to the attached Statement of Work for further detail, specifications, and evaluation criteria. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the system quoted and whether it meets the essential features as specified in the statement of work; and (2) price. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by September 26, 2014, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-14-746. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will be accepted at (301) 480-1358. Contact Andriani Buck at 301-402-1677 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-14-746 /listing.html)
 
Place of Performance
Address: National Institutes of Health Building 10, room 3B12, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03514635-W 20140918/140917000843-4ce2b8abc8a6da8d639577192045c43d (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.