SPECIAL NOTICE
J -- System Maintenance Service Agreement for a Sony MA900 Multi-Application Cell Sorter
- Notice Date
- 8/12/2020 11:26:20 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N91020Q00166
- Response Due
- 8/19/2020 11:00:00 AM
- Archive Date
- 09/03/2020
- Point of Contact
- William Neal, Phone: 2402765433, Reyes Rodriguez, Phone: 2402765442
- E-Mail Address
-
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
- Description
- Title: �System Maintenance Service Agreement for a Sony MA900 Multi-Application Cell Sorter Document Type:���������� Special Notice Solicitation Number: ����75N91020Q00166 Posted Date:������������������ ���08/12/2020 Response Date:�����������������08/19/2020 Classification Code: �J066 � MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT NAICS Code:� 334516 - Analytical Laboratory Instrument Manufacturing � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD� 20892, UNITED STATES. Description: The National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology (LOP), Office of Acquisitions (OA) plans to procure on a sole source basis System Maintenance Service Agreement for the Sony MA900 Multi-Application Cell Sorter from Sony Biotechnology, Inc. 1730 North 1st Street, 2NW, San Jose, CA 95112. 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 will be made pursuant to the authority in FAR 13.106-1(b)(1)(i) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is:� 334516 - Analytical Laboratory Instrument Manufacturing (1,000) other than small business. This will be awarded as a severable firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The National Cancer Institute (NCI), Center for Cancer Research (CCR) and the Laboratory of Tumor Immunology and Biology (LTIB) are dedicated to the study of mechanisms of tumor progression and resistance to immunotherapies for a range of human carcinomas. Data from this lab and others demonstrates that tumor resistance in response to immunotherapy could be the result of various phenomena, including (1) phenotypic changes in the tumor cells (phenotypic plasticity or epithelial-mesenchymal transition) that make it less amenable to immune attack; (2) the presence of an immunosuppressive tumor microenvironment (TME) where negative immune regulators and/or immunosuppressive populations favor tumor refractoriness to immunotherapy; and (3) tumor mutational burden and level of lymphocytic infiltration that can modulate responses to checkpoint inhibitors. As various immunotherapies are being approved for the treatment of different tumor types, LTIB has learned that a relatively small fraction of patients favorably respond to these interventions, and it also becomes clear that understanding possible causes of immune resistance in tumors will allow the Lab to ultimately develop more effective approaches against each tumor type. The studies being conducted in the LTIB are intended to provide, via the use of multiple preclinical models in vitro and in vivo, a detailed understanding of the mechanism(s) involved in immune tumor resistance. The Sony MA900Cell Sorter allows the separation of subpopulations of T cells based on lineage markers as well as markers of activation, memory, exhaustion, etc., subpopulations of innate NK cells and myeloid cells, including myeloid suppressor cells (MDSCs), macrophages, neutrophils. Once the various components of the tumor have been sorted, each fraction will be further studied at the RNA level via RNAseq, Nanostring analysis, single cell RNAseq, to identify potential mechanisms of tumor response vs. resistance to therapies. Another critical role of the Cell Sorter for the LTIB�s studies is that it assists on the characterization of immune responses in the blood of patients undergoing various immunotherapies in clinical trials conducted at the NIH Clinical Center. In addition, this instrument is used by numerous scientists and trainees working within the Laboratory of Tumor Immunology and Biology for cancer research. Due to the historical research using Sony MA900Cell Sorter and the proprietary equipment, preventative maintenance is a must. � SPECIAL ORDER REQUIREMENTSPRODUCT FEATURES/SALIENT CHARACTERISTICS SPECIAL ORDER REQUIREMENTS PREVENTIVE MAINTENANCE The Contractor shall perform ONE planned preventive maintenance during the contract period. Technically qualified factory-trained personnel shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, 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. � � � � 2. EMERGENCY SERVICE On-site, emergency repair service visit shall be provided 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 provide a one (1) hour initial response with a four (4) hour on-site response 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 planned preventative maintenance. All labor and travel will be included. � � �3.��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 to original equipment specifications. Parts will be delivered the earliest next day. � � �4.� �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 troubleshooting 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. The Contractor shall provide unlimited technical telephone support (24hrs/day, 7 days/week) for troubleshooting for the instrument and application support (M-F 8am-9pm), excluding Federal holidays. � � � �5.� �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. � � � �6.��PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months from 9/11/2020�9/10/2021 and four (4) Option Years. ��������� �Option Year 1: September 11, 2021 thru September 10, 2022 � � � � � �Option Year 2: September 11, 2022 thru September 10, 2023 � � � � � �Option Year 3: September 11, 2023 thru September 10, 2024 � � � � � �Option Year 4: September 11, 2024 thru September 10, 2025 � � � � � 7.� � �PERSONNEL QUALIFICATIONS Technically qualified factory-trained personnel shall perform service to the Sony Biotechnology MA900 Multi-Application Cell Sorter, which is located at 10 Center Drive, building 10, room 5B42, Bethesda, MD 20892 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 Onsite services shall be performed at the following location: NIH, NCI, 10 Center Dr. Building 10, Room 5B42 Bethesda, MD 20892 It is critical for the research conducted by scientists in the Laboratory of Tumor Immunology and Biology that the Sony MA900 Cell Sorter is calibrated accurately and maintained in good working condition according to the manufacturer�s specifications. Any deviation from the specifications could ruin countless hours of work, waste crucial resources and distort further studies. The data collection software supplied with this equipment, which also acts as the instruments operating system, is proprietary for updates, patches are solely available through Sony Technologies alone.� Although other manufacturers produce similar equipment, maintaining the historical research data is the ultimatum. Sony has products that are maintained at design specifications. The specifications necessary to manufacture spare parts are proprietary to Sony Biotechnology. Sony does not have agreements to supply spare parts with any distributors or service providers, and do not provide Service Engineer level training to anyone except Sony Field Service Engineers. To ensure proper functionality and maintenance of the MA900 Cell Sorter, Sony Biotechnology is the only company that can correctly maintain and service this instrument. �Each day the instrument is not operable is a detriment to the Lab�s mission. 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 August 19, 2020.� All responses and questions must be in writing and emailed to William Neal, Contracting Officer via electronic mail at william.neal@nih.gov and Reyes Rodriguez at reyes.rodriguez@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: 75N91020Q00166 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/878cee9c160c4976a248a33ac41c5d05/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05754277-F 20200814/200812230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |