Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
SOLICITATION NOTICE

J -- Maintenance Service Agreement for a LSRII Flow Cytometry Cell Analyzer Special Order System

Notice Date
5/12/2017
 
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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72557-76
 
Archive Date
5/24/2017
 
Point of Contact
Catherine Muir, Phone: (240) 276-5434
 
E-Mail Address
muirca@mail.nih.gov
(muirca@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, UNITED STATES. Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Vaccine Branch FACS Core facility, plans to procure on a sole source basis maintenance services for a Government-owned LSRII Flow Cytometry Cell Analyzer Special Order System laboratory equipment (including LASERs) that is manufactured by BD Biosciences, 2350 Qume Drive, San Jose, CA, 95131. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1), and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance is twelve (12) months from the date of award. It has been determined there are no opportunities to acquire green products or services for this procurement. The Vaccine Branch FACS Core Facility provides expertise and support for biological research projects within the CCR by: 1) Maintaining and operating state-of-the-art flow cytometry instrumentation and support technology; 2) Providing training and application support for ongoing and future research studies within the CCR; 3) Coordinating the use of this core facility for maximum efficiency; 4) Developing new techniques and applications in flow cytometry; and 5) Providing expertise and assistance to investigators in experimental design using flow cytometry technology. Applications supported by the facility include: - multi-color phenotypic analysis - cell cycle analysis - apoptosis analysis - proliferation analysis with BrdU and CFSE - intracellular cytokine analysis - rare event analysis - calcium flux analysis The facility supports a variety of CCR projects, including immune monitoring for HIV, SIV, HTLV-1 and HTLV-2 vaccine studies on non-human primates, and monitoring the results of gene expression on cell proliferation and apoptosis. The Contractor shall provide the following: SCOPE: Contractor shall provide all labor, material and equipment required to maintain and provide preventive maintenance for a Government-owned Becton Dickinson LSRII flow cytometer Serial Number H47100217, 488nm Sapphire laser, Cohr Cube Red laser, Cohr Cube Violet laser, and Cohr Compass Green laser for the period for twelve (12) months from the effective date of the contact. All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. PREVENTIVE MAINTENANCE: Contractor shall perform two (2) preventive maintenance inspections (PMI), including PM kits, during the contract period. Technically qualified factory-trained personnel shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. EMERGENCY SERVICE: Emergency repair service visit shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within twenty-four (24) hours furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs. The Contractor shall provide unlimited technical support hot-line number for telephone trouble-shooting for the instrument, reagents and applications during normal working hours, except Federal holidays. REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new with original equipment specifications. SOFTWARE UPDATES/SERVICE: The Contractor shall provide Software Service and updates in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. SERVICE EXCLUSIONS: The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. PERIOD OF PERFORMANCE: Period of Performance shall be for twelve (12) months from the effective date of the contract. PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the Becton Dickinson LSRII, HTS, Sapphire, Cube and Compass laser systems as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. PLACE OF PERFORMANCE: Service shall be performed at the following location: NIH, NCI, CCR Vaccine Branch FACS Core facility 41 Medlars Dr Bldg 41, Rm C310 Bethesda, MD 20892 PAYMENT: Payment shall be made quarterly in arrears after completion of the inspection and at the end of the contract period and submission of invoice to the address shown in the contract. AWARD: Award will be made in the aggregate. This equipment is manufactured by BD Biosciences. BD Biosciences is the only known service provider for the scientific equipment to be serviced under the contract. The equipment is highly specialized and complicated, integrating many proprietary technologies. Illumina is the only provider of service by factory trained engineers or the ability to respond to a service call within 24 hours, and the only provider of original grade replacement parts. This instrument is used daily in the Vaccine Branch FACS Core facility to analyze samples from various animal vaccine studies. It is critical for the research community that the equipment is calibrated accurately and maintained according to the manufacturer's specifications. Any deviation from the specifications could ruin countless hours of work, distort and destroy the integrity of information and/or ruin further studies, and significantly delay the laboratory's throughput. The software supplied with this equipment is proprietary, and updates and patches are solely available through Illumina. They have unlimited access to parts and technical support both of which are of a proprietary nature. BD Biosciences is the Original Equipment Manufacturer (OEM) therefore; • can provide OEM generated software and hardware component revisions as they are released by the OEM. • can provide immediate access to a full range of OEM replacement parts. • have sufficient knowledge of multiple, complex OEM-designed/installed modifications on Vaccine Branch FACS Core facility equipment that were made specifically to satisfy Vaccine Branch FACS Core facility requirements. • can provide telephone support that includes the latest OEM knowledge and recommendations. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 2:00PM EDT, on May 23, 2017. All responses and questions must be in writing and faxed (240) 276-5401 or emailed to Catherine Muir, Contracting Officer via electronic mail at muirca@mail.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: N02RC72557-76 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72557-76/listing.html)
 
Record
SN04507208-W 20170514/170512235307-2b8f953bea1d17ac1ae7ecbf7d362696 (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.