Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2015 FBO #4794
SOLICITATION NOTICE

66 -- Instrument Maintenance/Service Agreement

Notice Date
1/7/2015
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-PSOL-15-79
 
Archive Date
1/27/2015
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract on a sole source basis without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SSSA)-PSOL-15-79 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to AB Sciex 1201 Radio Road, Redwood City, California 94065. 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 2005-05-73, dated July 1, 2014. A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is 500 employees. 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 on Aging intends to procure: Service Contract for the following laboratory instruments: API-4000, API-5500 and API-5600 these instruments used in Bio-analytical and Proteomic assays in the Translational Gerontology Branch (TGB). These assays are dependent on the proper functioning of the instruments Purpose and Objectives: The LCI group requires the use of these instruments to do bio-analytical and proteomic assays of plasma samples in the lab. To maintain equipment as well prevent breakdowns. Project requirements: Contractor shall provide the following services: 1.Parts, labor and travel for remedial repair. 2.No charge for planned maintenance visits. The number of planned maintenance visits AB SCIEX estimates will be performed during the plan period is indicated in AB SCIEX's quotation (A). 3. Guaranteed priority response time of 2 business days after receipt of a service call for instruments located in AB SCIEX's Service Zones 1 and Zone 2. If AB SCIEX fails to arrive at the instrument location within Zone 1 or Zone 2 within 2 business days for reasons other than customer's failure to provide access to AB SCIEX or causes beyond the reasonable control of AB SCIEX, AB SCIEX will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day AB SCIEX's response is late. (See footnote (B) for call time cut off, other details, and terms and conditions). 4.Target response time of 3 business days for remedial repairs outside of Zones 1 and 2. AB will use reasonable efforts to respond within 3 business days from receipt of a service call. 5.Priority telephone and email access to instrument technical support. 6. Telephone and email access to application technical support. 7.Smart Services remote monitoring, which provides for notification to customer of instrument failures or errors that are reported by AB SCIEX's Smart Services monitoring software. Anticipated period of performance: January 15, 2015 through January 14, 2016. Place of Performance: BRC/08001C Lab. 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. 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. Respondents that believe that they are manufacturers or authorized resellers or services providers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by January 12, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SSSA)-PSOL-15-79. Responses may be submitted electronically to rodney.brooks@nih.gov. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-PSOL-15-79 /listing.html)
 
Record
SN03610592-W 20150109/150107234456-7e58a660bad2d0609014d93d4f32700d (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.