Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

J -- Maintenance agreement for AutoGen Geneprep DNA extraction laboratory equipment

Notice Date
8/8/2017
 
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
N02RC72644-76
 
Archive Date
8/19/2017
 
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, USA. Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch, plans to procure on a sole source basis maintenance services for two (2) Government-owned Autogen Geneprep DNA extraction laboratory equipment that are manufactured by AutoGen, 84 October Hill Road, Holliston, MA 01746, USA. 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 eleven (11) months from the date of award. It has been determined there are no opportunities to acquire green products or services for this procurement. The Experimental Immunology Branch consists of 7 research laboratories, a flow cytometry facility, and a digital microscopy facility that perform investigations in basic immunobiology with particular emphasis on: (1) lymphocyte recognition, differentiation, and regulation; (2) cell biology of immune responses; (3) signal transduction; (4) structure, regulation, and function of genes involved in immune responses; (5) lymphocyte effector functions; (6) cytokine biology; and (7) cellular regulatory mechanisms. The Contractor shall provide the following: SCOPE: Contractor to provide all labor, material and equipment to provide basic services, as described herein, for the Government owned two (2) automated DNA extraction systems GENEPREP w/Stacker, Serial # 481069 and GENEPREP w/Stacker Serial # 805093 for the period of performance stated in the Purchase Order. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. The comprehensive services include full coverage for replacement parts; replacement of reagents for instrument failure; one (1) preventative maintenance; labor and travel costs; remote technical support (email support Monday-Friday, 24 hours per day; phone support Monday 8:00 AM - Friday 5:00 PM); software and hardware updates; and applications support (includes onsite troubleshooting and repair with a 48-hours average response time). One (1) refresher training session at the time of the preventative maintenance ("PM") visit shall be provided. REPAIR SERVICE: Repair service shall be provided on an unlimited basis during the term of this contract at no additional cost to the Government; be provided between 8:00AM and 5:00PM Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functionally properly, the Contractor shall furnish a 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 with 48-hours average response time. REPLACEMENT PARTS: The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable parts to include light bulbs. Parts shall be new to original equipment specifications. Reagent replacement costs are included if due to instrument failure. SOFTWARE UPDATES/SERVICE: In the event of software updates, the Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include remote access (email and telephone) to technical support for the use of program software shooting and troubleshooting of the operating system, at no additional cost to the Government. The Contractor shall receive advanced 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. PERSONNEL QUALIFICATIONS: Personnel shall be factory trained and have a minimum of three (3) years experience in the servicing the Scan Scope. All primary service personnel shall have at least one backup Field Service representative 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: Experimental Immunology Branch / National Cancer Institute National Institutes of Health 10 Center Drive Bldg 10, room 4B37 Bethesda, MD 20892 PAYMENT: Payment shall be made in arrears. Payment authorization requires submission of invoices to the address shown in the purchase order. AWARD: Award will be made in the aggregate. This equipment is manufactured by AutoGen. AutoGen 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. AutoGen is the only provider of service by factory trained engineers, and the only provider of original grade replacement parts. It is critical for the research community that the equipment mentioned above 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 AutoGen. They have unlimited access to parts and technical support both of which are of a proprietary nature.AutoGen 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 the Experimental Immunology Branch's equipment that specifically satisfy their requirement. • They can provide telephone and email 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 5:00PM EDT, on Aug. 18, 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: N02RC72644-76on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72644-76/listing.html)
 
Record
SN04617372-W 20170810/170808232008-588a528fe24797ade5e016bc2d80e058 (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.