Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2021 SAM #7169
SPECIAL NOTICE

J -- Preventive Maintenance, Emergency Service, Support, and Coverage for four (4) Government-Owned BD Biosciences Instruments

Notice Date
7/16/2021 8:11:54 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91021Q00165
 
Response Due
7/23/2021 9:00:00 AM
 
Archive Date
08/07/2021
 
Point of Contact
Miguel Diaz, Phone: 2402765439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genome Integrity (LGI) Flow Cytometry Core intends to procure, on a sole source basis, preventive maintenance, emergency service, support, and coverage for four (4) Government-Owned bd Biosciences instruments from BD Biosciences, 2350 Qume Drive, San Jose, CA, 95131. This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). The North American Industry Classification System (NAICS) code is 811219 and the business size standard is $22 million. BACKGROUND The LGI Flow Cytometry Core in Building 37 provides instrumentation and technical expertise to perform state-of-the art flow cytometry analysis and cell sorting. The laboratory currently houses four cell sorters, five cell analyzers and one imaging flow cytometer. These instruments are used daily serving over 200 scientists, and approximately 75 different Principal Investigators annually. The requested service maintenance contracts are to support shared BD Biosciences flow cytometry analyzer and cell sorter instruments to provide essential research infrastcuture for NCI-based biomedical research. OBJECTIVE The primary objective of this acquisition is to acquire annual service maintenance contract for the BD FACSAria Fusion Flow Cytometry Cell Sorter S/N P65828200015 with five lasers and one Computer Workstation, BD FACSymphony A5 Flow Cytometry Cell Analyzer with five lasers and one Computer Workstation, S/N R66096400078 and BD LSRFortessa SORP Flow Cytometry Cell Analyzer with five lasers and one Computer Workstation, S/N H17700008 and FACSAria IIu Flow Cytometry Cell Sorter S/N P46900083. Two Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits with additional two-four option years. SCOPE Contractor to provide all labor, material and equipment to provide preventive maintenance for government-owned BD Biosciences brand FACSAria Fusion Flow Cytometry Cell Sorter, S/N P65828200015, BD FACSymphony A5 Flow Cytometry Cell Analyzer, S/N R66096400078, BD LSRFortessa SORP Flow Cytometry Cell Analyzer Workstation, S/N H17700008 for one-year contract period August 1, 2021 to July 31, 2022 with four additional option years and for FACSAria IIu Flow Cytometry Cell Sorter S/N P46900083 for one-year contract period August 1, 2021 to July 31, 2022 with two addtional option years. All maintenance service shall be performed in accordance with the manufacturer�s standard commercial maintenance practices. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS PREVENATIVE MAINTENANCE: Contractor shall schedule and perform two (2) semi-annual preventive maintenance inspections on each piece of equipment during the contract period.� These services shall be performed by technically qualified BD Biosciences factory-trained personnel or service providers authorized by BD Biosciences. Service shall consist of thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer�s latest technical specifications.� All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance and inspection to assure optimum and efficient performance. Cost for labor, travel, and preventive maintenance kits shall be included. Within three (3) business days of scheduled preventative maintenance service completion, the contractor shall provide the Government TPC with a receipt showing that maintenance was performed, and certifying that equipment is operating as intended. This receipt shall be submitted electronically as a PDF document. EMERGENCY SERVICES: On-Site Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government.� Unlimited on-site service support will be provided by a BD Biosciences Authorized Field Service Representatives Monday through Friday (excluding federal holidays). Service request must be able to be made by phone (Monday-Friday, 8AM-12AM EST). All requests for repair will be dispatched with a 24-hour guaranteed response for the instrument. Costs for labor and travel shall be included at no additional cost to the Government. Unlimited telephone support for instrumentation, applications, and reagents will be provided by a BD Biosciences authorized representative (Monday-Friday, 8AM-12AM EST). Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor will 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 preventive maintenance. Within three (3) business days of an onsite emergency service calls completion, the contract shall provide an electronic report (Word or PDF) to the TPC annotating the issue, and corrective actions taken. REPLACEMENT PARTS: The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. All parts provided shall be certified OEM parts new to the original equipment specifications. Parts should be provided at the time of service or within a time frame consistent with transporting parts from remote stock locations. SOFTWARE UPDATES/SERVICES: The contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures, to include remote access (email and telephone) 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 in consultation with Core personnel and NIH IT service personnel.� Defective software shall be replaced at no additional cost to the government. All critical and non-critical software updates shall be included. Installation of any software/updates will be performed by a factory authorized technician.� PERSONNEL QUALIFICATIONS: Personnel shall be trained by BD Biosciences, the manufacturer, in the servicing of the equipment as covered by this contract. Personal shall have a minimum one-year on the job experience verified by BD Biosciences. 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. 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.� ����� REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE All deliverables shall be sent electronically in Microsoft Word or Excel 2013, unless approved by the NCI Technical Point of Contact (designated upon award) per the following deliverable schedule: DELIVERABLE DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS DUE DATE #1 (Task 4.1) Contractor shall schedule preventative maintenance visits with the TPC and provide all necessary contact information required for TPC and staff to make service request.�� 14 Days after award #2 (Task 4.1) Contractor receipt verifying completion of preventative maintenance, and certification that equipment is operating as intended. 3 Days after completion of preventative maintenance service visit #3 (Task 4.2) Contractor shall provide written report summarizing emergency repair services. Report must include summary of the issue, and the actions taken to make necessary repairs. 3 Days after completion of emergency repair call #4 (Task 4.5) Provide proof of personnel�s qualifications for the performance of services under this contract. Upon Governments request. TYPE OF ORDER This shall be a Firm-Fixed-Price Purchase Order for severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not roll over for use in other periods. PERIOD OF PERFORMANCE The period of performance shall be for twelve (12) months from date of award. PLACE OF PERFORMANCE Onsite services shall be performed at the following location: Building 37, Rooms 6008 and 6011 37 Convent Drive NCI, NIH Bethesda, MD 20892 UNIQUE QUALIFICATIONS OF THE CONTRACTOR BD Biosciences is the only known vendor that has Field Service Engineers specifically trained to perform preventative maintenance, instrument repairs, and software upgrades on the BD FACSAria Fusion Flow Cytometry Cell Sorter, BD FACSymphony A5 Flow Cytometry Cell Analyzer, BD LSRFortessa SORP Flow Cytometry Cell Analyzer and FACSAria IIu Flow Cytometry Cell Sorter using the required proprietary replacement parts or computer software. No other known vendors currently provide this service for these Flow Cytometry Cell Analyzer and Cell Sorter instruments. This makes BD Biosciences the only known source for this service contract. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a capability statement for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 12:00 PM ET, on July 23, 2021.� All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@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.� In order to receive an award, contractors must be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference 75N91021Q00165 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/950b102cefb749e6bb1eaddd73f1baed/view)
 
Record
SN06063985-F 20210718/210716230110 (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 |
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.