Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

J -- Preventive maintenance and software upgrade service call for EDC Biosystems, three ATS 100s

Notice Date
9/17/2015
 
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)-15-890
 
Archive Date
10/8/2015
 
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
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)-15-890 and the solicitation is issued as a request for quote (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 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) 2005-84 effective September 3, 2015. This acquisition is unrestricted. The associated NAICS code 811219 and the small business size standard $20.5. STATEMENT OF OBJECTIVES The purpose of this acquisition is to award a repair, preventive maintenance, and software upgrade service call for EDC Biosystems, three ATS 100s Title: Preventive maintenance and software upgrade service call for EDC Biosystems, three ATS 100s The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The mission of the NCATS is to apply the tools of small molecule screening and discovery to the development of chemical probe research tools, for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. NCATS will optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community; perform automated high-throughput screening (HTS); and perform chemistry optimization on confirmed hits to produce chemical probes for dissemination to the research community. The ATS 100s in NCATS groups: Tox 21, ACOMM Compound Management and Laboratory of Assay Technology Development are used to transfer chemical compounds typically in the 20 nanoliter range from a compound microplate to an assay microplate. Unlike the Pintool transfer system, this transfer is accomplished with no risk of contamination, carry over from previous transfers, or need for chemical cleaning solvents. These EDC ATS-100s are in need of a factory trained service to repair two of the EDC CATS-100s and perform needed preventative maintenance and upgrade operational software on all three EDC CATS-100s. Scope of Work The requirement is for the repair, calibration, preventive maintenance, and software upgrade of three EDC ATS-100 Acoustic Transfer Systems for low-volume, high spatial precision liquid handling. Given the complex nature of these devices, there is a substantial amount of calibration and preventive maintenance required for each device after it has been in operation for over a year. Additionally an upgrade to the ATS-100 software is available. This software upgrade is designed to improve operator interface with the instrument and enhance many of the ATS's capabilities. Service technicians must (1) utilize certified manufacturer parts, (2) provide a guaranteed onsite response time, and (3) use manufacturer approved repair technicians Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: Approximately September 30, 2015 through October 20, 2015 Place of Performance: NCATS facility at 9800 Medical Center Drive, Rockville, MD 20850 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 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (a) 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 following factors shall be used to evaluate offers: The Government will award a delivery order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach The Offeror shall provide its technical approach to performing the required tasks identified in this statement of work. Technical capability must demonstrate the contractor's capabilities relevant to this requirement. Factor 2: Corporate Experience The offeror shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Corporate experience must document the Offeror's ability to provide service and maintenance of equipment by the requisite manufacturer. Experience must be specific to equipment that is materially the same as the equipment described herein. Offerors shall include the following information for each contract or purchase order listed: • Name of Contracting Organization • Contract Number • Contract Type • Total Contract Value • Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW • Contract Period of Performance Technical evaluation factors and past performance, when combined, are significantly more important, when compared to price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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 sufficient information to establish the interested parties' bona-fide capabilities of providing the product. 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. 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 23, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-890. 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 not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-890/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03892230-W 20150919/150918000715-e6a886d27862145c16f0b38f3e44c67c (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.