Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOLICITATION NOTICE

J -- Extended Warranty and Preventative Maintenance (PM) Services on the Hamamatsu FDSS7000EX Kinetic Plate Reader Platform

Notice Date
4/26/2018
 
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 Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHS-NIH-NIDA-SS-18-258
 
Archive Date
5/17/2018
 
Point of Contact
Bruce E. Anderson, Phone: 3014021655
 
E-Mail Address
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a contract/purchase order for "Extended Warranty and Preventative Maintenance (PM) Services on the Hamamatsu FDSS7000EX Kinetic Plate Reader Platform" with: Hamamatsu 360 Foothill Rd. P.O. Box 6910 Bridgewater, NJ 08807-0910 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance; Dollars or Number of Employees: $20,500,000 REGULATORY AUTHORITY The resultant contract/purchase order will include all applicable provisions and clauses of the Federal acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95, January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c)(1) under provisions of the statutory authority of FAR Subpart 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT Project Description, Background and Purpose The Contractor is to provide an extended warranty as well as perform a preventative maintenance (PM) on the Hamamatsu FDSS7000EX kinetic plate reader platform which is integrated onto the Tox robot. The FDSS is a complex piece of equipment that provides the means to collect kinetic data for high throughput screening assays looking at intracellular calcium ion, membrane potential and more. This has greatly expanded the assay capabilities for the Tox21 group and others at NCATS especially with it being integrated onto a robotic platform allowing high throughput screening of small and larger chemical compound libraries. It is imperative that this piece of equipment is covered under and extended warranty which covers hardware replacement and a preventative maintenance visit. Having the extended warranty and PM will ensure the device and all of its components will be repaired in a timely manner when necessary minimizing down time therefore allowing the important research to continue uninterrupted. Hamamatsu has also completed some customizations which NCATS requested in order to have the device operate in the fashion NCATS requires. The Contractor will provide the extended warranty and preventative maintenance (PM) visits for 1 year (with 2 additional option years) including hardware replacement. It will also cover upgrades made since installation. The maintenance will encompass inspection and adjustments where needed of the plate image for any shift, head/tip mounting position, stage/wash/loader tip alignment positions and wash station. The Contractor will inspect and lubricate where needed including door movement and alignment and guide rails and lead screws. The Contractor will inspect the wash tubing for fluid leaks and will replace where needed. DELIVERY SCHEDULE/PERIOD OF PERFORMANCE The Period of Performance is for 12 months starting within 10 days after the purchase order is awarded, with 2 subsequent yearly option periods. If the options are exercised, the Contractor will continue to provide these same services as in the base year, for each option year. GENERAL REQUIREMENTS: • Preventative Maintenance (PM) performed within each of the 12 month contract periods • Service visits to include labor and travel • Unlimited Phone Support • Eight (8)-hour phone response Monday through Friday, excluding evenings and holidays • Service hours Monday - Friday, 8AM to 5PM excluding holidays • Parts/response priority, typically within 48-72 hours or sooner of the initial call • Detailed reports of service performed will be provided. CLOSING STATEMENT 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 must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Any 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; maintenance availability; and environmental and energy efficiency considerations. 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." 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 Wednesday, May 2, 2018, by 5:00pm EST and must reference number HHS-NIH-NIDA-SS-18-258. Responses must be submitted electronically to Bruce Anderson at bruce.anderson@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SS-18-258, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA-SS-18-258/listing.html)
 
Place of Performance
Address: 9800 Medical Center Dr., Bldg. B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04902655-W 20180428/180426231116-c23f639b9daa54df0a24080b79ea47c9 (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.