Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
SOLICITATION NOTICE

J -- LSR Fortessa Maintenance Services

Notice Date
11/24/2015
 
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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-HL-2016-033-JML
 
Archive Date
12/15/2015
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to BD Biosciences, 2350 Qume Drive, San Jose, CA 95131 to provide maintenance services on various BD instruments located in the NHLBI Division of Intramural Research (DIR) in accordance with the following information. BACKGROUND The mission of the of the Center for Human Immunology (CHI) within NHLBI is cooperative research based on advanced technologies in order to efficiently translate enhanced understanding of immune function and pathophysiology to the clinic. The Center is based on cooperative research, technologically driven with the goal of understanding human immunology, and addressing diseases that perturb this system. These studies aim to result in improved therapy of immune‐mediated diseases and to derive important and often unique biologic information from the study of ill human beings. One of the missions of CHI is to provide technologies often unavailable to individual laboratories because of cost, complexity, and novelty. These technologies include assays soluble factors using multi‐plex bead arrays and of immune cells, using flow cytometry. Flow cytometry studies rely on the use of multiple LSR Fortessa flow cytometers. Due to their constant usage, and the fact these instruments require precise fluidic and optical operability, the flow cytometers are subject to suboptimal and sometimes inoperable states, many of which cannot be resolved by laboratory personnel. It is of critical importance to have these issues addressed promptly by qualified field service engineers. Time is of the essence since once specimens have been processed, they have a very limited shelf life. PURPOSE The purpose of this contract is to secure full coverage/maintenance services for the following instruments (collectively referred to herein as ‘the Equipment'): -LSR Fortessa - 4 Laser (B,R,V,UV) (S/N: H79900001; -Compass GRN 315M-150 Lsr (S/N: NO-SERIAL-5186); -High Throughput Sampler (S/N: U70100016); -LSR Fortessa (No Lasers) (S/N: H64717700044); -Saphire 200 MW Blue Lsr (S/N: NO-SERIAL-7298); -Laser Red Coherent Cube 637-150 (S/N: NO-SERIAL-7299); -COHR Compass GRN 315M-150 Lsr (S/N: NO-SERIAL-7300); -Laser Violet 405-100 (S/N: NO-SERIAL-7301); -Mode Lock UV 100 mW Opt (S/N: NO-SERIAL-7302); -High Throughput Sampler (S/N: U64770100285); -Fortessa X-20 SORP (S/N: H656385041); -Sapphire 488-100 Blue Lsr (S/N: NO-SERIAL-8901); -LSR OBIS 640-100 LX Re (S/N: NO-SERIAL-8902); -COHR Compass GRN 315M-150 Lsr (S/N: NO-SERIAL-8903); -LSR OBIS 405-100 LX Vi (S/N: NO-SERIAL-8904); -OBIS 355-15 LG SORP (S/N: NO-SERIAL-8905); and, -High Throughput Sampler (S/N: U64770160346). The coverage shall include the following: -Two (2) preventive maintenance inspections of the Equipment per 12-month period (Inspections must be conducted in 6-month intervals) including two (2) PM kits; -Provide Software Revisions for the Equipment released during the Agreement Term; -Unlimited service visits to perform maintenance/inspection of the Equipment, Monday-Friday, excluding Federal Holidays; -Unlimited telephone support for the Equipment and corresponding reagents and applications -48-hour (or less) response time for emergency service requests for the Equipment issued by the Government (excluding Federal Holidays); and, -All work on the Equipment shall be performed by a factory trained representative with documentation certified by BD (Contractor must show proof of legal access to BD software licenses upon request). PERIOD OF PERFORMANCE The period of performance will be for one (1) year with the potential for four (4) option years. JUSTIFICATION The sole source determination is based on the fact that BD Biosciences is the sole source of factory authorized support for the above listed BD equipment. BD does not authorize any other company to perform maintenance services on its manufactured products. Furthermore, only BD Biosciences has access to all equipment needed to perform all maintenance services on its manufactured equipment. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b), Soliciting from a single source (for purchases not exceeding the simplified acquisition threshold), and only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION The North American Industry Classification System (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard is $20.5M. This acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable and the resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-83 (November 1, 2015). 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. All responses must be received by November 30, 2015 at 9:00am EST and must reference synopsis number NHLBI-CSB-(HL)-2016-033-JML. Responses shall be submitted to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, Maryland 20892-7902, Attention: Jonathan M. Lear. Responses may be submitted electronically to john.lear@nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2016-033-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03954514-W 20151126/151124235155-576a5785a97c0d189d74ac25cf3c02f3 (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.