Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2017 FBO #5598
SOLICITATION NOTICE

J -- BC Service Agreement

Notice Date
3/20/2017
 
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 of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NIDDK-17-068
 
Archive Date
4/11/2017
 
Point of Contact
Amber Harris, Phone: 3014028778
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-17-068 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $20.5M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to procure on a sole source basis with Beckman Coulter Inc., Life Sciences, 5350 Lakeview Parkway South Drive, Indianapolis, IN 46268 for a service contract for various NIH-owned Beckman Coulter Manufactured instruments for the period of service of April 1, 2017 through September 30, 2017. The continued operation of all this equipment is essential and mission critical as the National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) is dependent on it for its research. The NIDDK requires a service agreement for the following 20 instruments: DU-640 COLOR 120V, S/N 4323832 TN, FC500 Flow Cytometer 100-240V 50/60Hz, S/N AM32301 LS 6500 STD-VIAL COLOR 120V, S/N 7069409 LS 6500 STD-VIAL COLOR 120V, S/N 7067136 AVANTI J-25 60 HZ, S/N JHY99K12 AVANTI J-20XP Centrifuge 200/208/240V, S/N JXP02H20 AVANTI J-20XP Centrifuge 200/208/240V, S/N JXP04F15 Avanti J-26XPI 200/208/240 V 50/60HZ, S/N JXT12H18 OPTIMA MAX 130K Ultracentrifuge 120V, S/N CTM05G09 OPTIMA TLX CE 120V 60Hz, S/N CTX09B03 OPTIMA L-100 XP Ultracentrifuge 200-240V 50/60HZ, S/N LXP04F20 OPTIMA XL-100K UL/CSA 60HZ, S/N COX98F09 OPTIMA XL-100K UL/CSA 60HZ, S/N COX98F10 OPTIMA XL-100K UL/CSA 60HZ, S/N COX99J17 OPTIMA XL-100K UL/CSA 60HZ, S/N COX02F01 OPTIMA XL-A/70 Analytical Ultracentrifuge, S/N A1F702 PROTEOMELAB XLI 50/60HZ, S/N PLI07F02 OPTIMA XL-80K UL/CSA 60HZ, S/N COX01C11 OPTIMA XL-90 Ultracentrifuge 50/60HZ, S/N X1M905 OPTIMA MAX 130K Ultracentrifuge 120V, S/N CTM07B12 Included with the service agreement, the NIDDK requires on-site labor, travel, and parts during Beckman's normal business hours; proactive service approach to maximize uptime and improve profitability; priority on-site service support and technical phone support; additional key operator training during Beckman's regular service visits; annual scheduled preventative maintenance visit performed to factory specs; fixed maintenance costs; service provided only by authorized and factory-certified BCI technicians; and inclusion of engineering modifications supported by 33,000 genuine new parts. This acquisition is being pursued on a sole source basis centered on Beckman Coulter Inc. possessing all the required parts, documents and schematics necessary to service the NIDDK's instruments to ensure that they are maintained at design specifications. Furthermore, instrument service on a routine basis is critical to maintain the accuracy and capability of the equipment, which is used extensively by members of the NIDDK. The practice of execution of a service contract is not common and is impossible to replicate using a 3rd party vendor because of problems of accounting and the need to avoid conflicts of interest involved. Although there are vendors who may claim that they provide service contracts for the NIDDK's instruments, the reality of execution of these so called service contracts, though having the same ultimate deliverable (working instruments) do not have a level of performance close enough to that provided by the current vendor that they could be called comparable. This difference is not a question of competence or good will just a fundamental issue with the business model of 3rd party providers. Unless an offeror can demonstrate a partnership and/or agreement with the OEM, no third party contract managers will be considered due to the difference in repair caps, and delays for approvals over pre-designated dollar thresholds. Failure to procure preventative maintenance for these systems from Beckman Coulter Inc. would result in a significant loss of research. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the services specified in this synopsis should submit a copy of their quotation to the below address or via email to amber.harris@nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due on or before March 27, 2017 by 10 am, EST. via email or postal mail. The quotation must reference "Solicitation number" NIH-NIDDK-17-068. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710B Rockledge Drive, Room 1159A, Bethesda, MD 20817. Attention: Amber Harris, by the date and time mentioned above. Any questions must be sent via email to amber.harris@nih.gov and must include solicitation# NIH-NIDDK-17-068 in the subject line of email. Faxed copies/responses will not be accepted. PLEASE NOTE: In order to receive an award, contractor must be registered for "All Awards" and have a valid certification in the System for Award Management (SAM) database at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NIDDK-17-068/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04440724-W 20170322/170320234326-3687ed1d5cce12f4535ed5eeb736309d (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.