SOLICITATION NOTICE
J -- Gilson Extended Warranty Service Agreement - Product Description
- Notice Date
- 7/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-2016-405
- Archive Date
- 7/30/2016
- Point of Contact
- Stacey M Polk,
- E-Mail Address
-
spolk@nida.nih.gov
(spolk@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 Product Description 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-NOI-2016-405 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Gilson, Inc. located at 300 Parmenter St. PO Box 620027 Middleton, WI 53562. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items 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 2005-88-1, dated June 15, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research. A Sources Sought Notice was posted to FedBizOpps referencing the detailed requirements and no responses were received from other vendors. The results of market research concluded that only Gilson, Inc. is capable of meeting the needs of this requirement for the purposes of continuity of science and equipment compatibility. The use of the Gilson Liquid Handlers have been integrated into laboratory protocols such as: DDeath, 5-hLO, KDM5, hPKM2, RUC1, IRAK4, LCAT, LDHA, GALK, OGT inhibitors, HCV, CD47, IDH1, TRND CBF Paul Liu project, BrlDGs STEMI Rockefeller University project, TRND malaria Williamson, TRND FOP MGH project, and TRND DIRC. As such, in order to maintain consistency of data and protocols, exactly the same preventive maintenance parts and procedures must be implemented on these systems. In addition, the pump and the detector requires the Gilson software, only provided by Gilson, Inc. 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 Purpose and Objectives The purpose of this requirement is to procure an Extended Warranty Agreement that covers all service repairs, software upgrades, and one Preventative Maintenance (PM) visit for Gilson systems, GX-271 and GX-281 and their respective parts. Project Description The extended warranty and maintenance shall be provided as follows in Attachment 1 of this notice. Delivery/Period of Performance July 17, 2016 to July 16, 2017. Contract Type A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quote. 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 INCORPORATED BY REFERENCE 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.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 (October 2015) apply to this acquisition. 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 the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-2016-405. Responses shall be submitted electronically to Stacey Polk, Contract Specialist, at Stacey.polk@nih.gov. U.S. Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-2016-405/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9800 Medical Center Drive, Bethesda, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04177120-W 20160712/160710233107-4c30c28a58ed6868ff054b5c6596fa2e (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 |