Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

J -- Leica Service and Maintenance Agreement

Notice Date
8/5/2015
 
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-SSSA-PSOL-15-676
 
Archive Date
8/29/2015
 
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
Leica Service and Maintenance Agreement HHS-NIH-NIDA-SSSA-PSOL-15-676 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(SSSA)-PSOL-15-676 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Leica Microsystems, 1700 Leider Lane, Buffalo Grove, IL, 60089-6622, DUNS: 115978041. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, FAR Part 12--Acquisition of Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is 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 2005-83 effective July 2, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 811219 and the small business size standard is $20.5 million. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service is the only provider of authorized services on Leica Confocal and Advanced Fluorescent Microscopes and the sole owner of the proprietary software that are required in this acquisition. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. DESCRIPTION OF REQUIREMENT Background 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. Purpose and Objectives The Viral Immunology and Intravital Imaging Unit of the National Institute of Neurological Disorders and Stroke owns a Leica SP5 microscope that requires an annual service agreement and one annual preventative maintenance inspection. Project Description The requirement requires unlimited replacements service parts, components, and modules necessary for repairs to the subject equipment, inclusive of lasers; certified manufacture parts must be utilized for all repairs. Software updates during the period of performance will be provided at no additional charge. All service must occur by manufacturer trained service representatives. Service will include axial resolution measurements and laser power measurements to confirm optimum system performance; all measurements will adhere to Leica Microsystems supplied objectives. In sum, this service contract includes 1.) preventive maintenance inspections, 2.) laser alignments, 3.) software updates at no additional charge, 4.) unlimited service visits, 5.) unlimited telephone support, and 6.) onsite technical support. The subject contractor is the only source of supply or service with access to which provides factory-trained and factory-certified field engineers and factory-manufactured parts. Furthermore, Leica is the only company capable of performing the maintenance on the SP5 Dual MP Fixed Stage Tandem Scanner microscope, as they are the company that originally fabricated it and do not allow third party vendors to service their proprietary equipment. Finally, Leica is the sole owner and distributor of the proprietary software required by the Government, therefore no other source of supply or service is available to perform this requirement. Delivery/Period of Performance The anticipated period of performance is as follows: Base Year: 08/23/2015 to 08/22/2016 Option Year 1: 08/23/2016 to 08/22/2017 Option Year 2: 08/23/2017 to 08/22/2018 Option Year 3: 08/23/2018 to 08/22/2019 Option Year 4: 08/23/2019 to 08/22/2020 Contract Type A firm fixed price purchase order with NET30 invoicing terms is anticipated. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. APPLICABLE TERMS AND CONDITIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 14, 2015 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-PSOL-15-676. 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. For information regarding this solicitation, contact Andriani Buck by email at andriani.buck@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-15-676/listing.html)
 
Place of Performance
Address: National Institutes of Health, Viral Immunology and Intravital Imaging Unit, Building 10, room 7C212, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03824806-W 20150807/150805235139-089382487ba0b8916b64538696c25f1a (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.