Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2021 SAM #7201
SOLICITATION NOTICE

J -- Service Contract for two (2) government-owned Peggy Sue capillary-based immunoassay instruments: Serial Numbers SW0108 and SW1572

Notice Date
8/17/2021 3:04:54 PM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91021R00060
 
Response Due
8/26/2021 9:00:00 AM
 
Archive Date
09/10/2021
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
General Information Short Title: ���������������� Service Contract for two (2) government-owned Peggy Sue capillary-based immunoassay instruments: Serial Numbers SW0108 and SW1572 Document Type:�������� Notice of Intent Solicitation Number:� 75N91021R00060�� Posted Date:�������������� �8/17/2021 Response Date:�������� ��8/26/2021 Classification Code:�� �J66 � Maintenance of Medical of Equipment NAICS Code:������������ �811219 � Other Electronic and Precision Equipment Repair and Maintenance Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description� The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure services on a sole source basis from ProteinSimple. Onsite services shall be performed at the following location:� � � � � � � �� ����������� NIH, NCI, � ����������� 37 Convent Drive Room 1016B ����������� Bethesda, MD� 20892 This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. Only one award will be made as a result of this solicitation. This will be awarded as a Severable firm fixed price type contract with two option periods.� It has been determined there are no opportunities to acquire green products or services for this procurement. The Contractor shall provide all labor, material and equipment necessary to maintain two (2) government-owned Peggy Sue capillary-based immunoassay instruments, Serial Numbers SW-0108 (NIH property#01963192) and SW-1572 (NIH property# 02115376), located in Bldg 37 Room 1016B. These instruments are used to run high throughput, automated capillary based western blot experiments provided as protein analysis service to NCI investigators. All maintenance service shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices or repaired at the contractor�s headquarters with all parts and labor included. Field engineers shall have a minimum of three (3) years factory training and experience servicing ProteinSimple capillary based instrumentation. Software updates and support (both technical and software) shall be provided to the government at no additional cost.� All service requests will receive preferential consideration over service requests from other customers that are not under existing warranty or service contract with the vendor. Service will be provided in a timely manner with acknowledgement of service request within two (2) hours and will make every commercially feasible effort to have a field service engineer repair the instrument within three (3) business days after a service request is made. TYPE OF ORDER This will be issued as a Severable Firm Fixed-Price Purchase Order.� � � � � � � � � � � � � �� SPECIAL ORDER REQUIREMENTS REPAIR SERVICE On-site, repair service visits shall be provided during the term of this contract at no additional cost to the government. The Services should be available during the hours of 9am and 5pm within the time zone where the instrument resides, Monday through Friday, excluding holidays. A list of standard holidays will be provided to Customer upon request. Customer may contact the contractor via telephone during the hours of operation to report any product malfunction. The contractor shall acknowledge receipt of a service request within two (2) hours. If the service request cannot be resolved over the telephone, the contractor shall dispatch its field engineer.� Upon receipt of notice that any part of the equipment is malfunctioning the Contractor shall dispatch a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the said equipment to normal operating condition. The contractor shall make every commercially reasonable effort to have its field engineer arrive at the customer location within three (3) business days after the field engineer is dispatched. All service requests from customer shall receive preferential consideration over service requests from other customers that are not under existing warranty or service contract. Contract covers the instrument in its entirety, unless specifically excluded in this contract. The contractor shall provide unlimited technical support and trouble-shooting for the instrument, reagents and applications during normal working hours, except Federal holidays.� � � � �� PREVENTIVE MAINTENANCE� The Contractor shall perform one planned preventive maintenance during the contract period of one year. Technically qualified factory-trained personnel shall perform service which 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. EMERGENCY SERVICE On-site, emergency repair service visits 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 8:00AM - 5:00PM excluding Federal Holidays. Upon receipt of notice that any part of the equipment is malfunctioning, the Contractor shall provide a one (1) hour initial response via email or phone call and dispatch a qualified factory-trained service representative within four (4) hours to inspect the malfunctioning equipment and perform all necessary repairs and adjustments to restore the said equipment to normal operating condition. Emergency service calls shall not serve as a substitute for planned preventative maintenance. The contractor shall be responsible for all labor and travel. 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 remanufactured to original equipment specifications. Parts shall be delivered the earliest next day. SOFTWARE UPDATES/SERVICE� The Contractor shall provide software service and updates in accordance with the manufacturer�s latest established procedures including telephone access to technical support for use of 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. WARRANTY AND DISCLAIMER The contractor shall warrant that the replacement parts will be free from defects in materials and workmanship during a period equal to the greater of (i) ninety (90) days after the date of the installation or (ii) the remaining term of this agreement. For breach of the foregoing warranty, the contractor shall at its option and expense and as the customer�s exclusive remedy repair or replace the defective replacement parts during the warranty period. 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 Technically qualified factory-trained personnel shall perform service to Peggy Sue capillary-based immunoassay instruments, Serial Numbers SW-0108 and SW-1572 located in Bldg 37 Room 1016B, 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, � 37 Convent drive Room 1016B Bethesda, MD� 20892 PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months with two 12-month option periods, as follows: Base Period:��������������� September 1, 2021 through August 31, 2022 Option Period One:���� September 1, 2022 through August 31, 2023 Option Period Two:��� September 1, 2023 through August 31, 2024 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 NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 12:00 PM EST, on August 26, 2021.� All responses and questions must be emailed to David Romley, Contract Specialist via electronic mail at david.romley@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 certification in the System for Award Management (SAM) through sam.gov. Reference: 75N91021R00060 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4666d8bf26c44e2fb22d5a23b87cf968/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06099599-F 20210819/210817230116 (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.