Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2021 SAM #7278
SPECIAL NOTICE

J -- Service for three PCR Systems

Notice Date
11/2/2021 5:27:09 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH22000161
 
Response Due
11/12/2021 8:00:00 AM
 
Archive Date
11/13/2021
 
Point of Contact
Morgen Slager, Phone: 301-402-0952
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@nih.gov)
 
Description
DESCRIPTION Pursuant to FAR Subpart 5.2�Synopses of Proposed Contract Actions THIS IS A NOTICE OF INTENT TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION. The National Institute of Mental Health, Human Brain Collection Core (HBCC) uses PCR systems for routine large scale applications on gene expression quantitative PCR and SNP genotyping. These machines generate high-quality expression data and genotype data from several thousands of clinical as well as postmortem brain samples of the HBCC. The goal of this procurement is to obtain contractor support by an authorized provider to procure service maintenance on existing government-owned laboratory equipment manufactured by and previously purchased from the Life Technologies. The authorized service provider shall perform a service agreement carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. In order to have a perfectly functioning gene expression and genotyping platform, the ABI ViiA7 and QUANTSTUDIO 7 FLEX machines and their electronic components must be maintained by professional factory trained service engineers periodically for smooth operation, so that data are derived, trouble-free after analyzing precious DNA/RNA samples using very expensive reagents. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. The contractor shall provide service and maintenance for all portions of the PCR machines to ensure operation of the PCR systems at optimal performance. Due to the critical nature of the subject equipment the contractor must ensure the following: The contractor must have either an adequate supply of parts in stock and readily available to the service technicians or be able to obtain any required part within 24 hours of the service technician assessment. The service technicians need to be factory certified. The contractor will supply all replacement parts as required on an exchange (good-as-new) or new part basis to maintain the equipment at Original Equipment Manufacturers (OEM�s) specifications. Provide coverage from 9 a.m. to 5 p.m., Monday through Friday, excluding Federal holidays at the in-house first-call level. The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition, except for costs of repairs occasioned by fault or negligence of the Government or its agent. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, and the procedures prescribed in FAR Subpart 13.106-1(b)(1), Soliciting from a single source. The resultant contract will include all applicable provisions and clauses of the FAR in effect through the Federal Acquisition Circular (FAC) 2021-07, dated September 10, 2021. ANTICIPATED SOURCE Life Technologies Corporation� 5781 Van Allen Way Carlsbad, CA, 92008 PERIOD OF PERFORMANCE Base Year: December 14, 2021 through December 13, 2022 Option Year 1: December 14, 2022 through December 13, 2023 Option Year 2: December 14, 2023 through December 13, 2024 Option Year 3: December 14, 2024 through December 13, 2025 Option Year 4: December 14, 2026 � December 13, 2027 PLACE OF PERFORMANCE 10 Center Drive Bldg. 10, Room 4N312 Bethesda MD 20892 REASON FOR NON-COMPETITIVE ACTION The essential characteristics of the annual preventative maintenance and service agreement for a 3 PCR machines that limit the availability to a sole source are the ability of this contractor to provide on-site service, guarantee operational uptime greater than 95%, use the parts from the original manufacturer, and provide any necessary software updates. The PCR machine is a very delicate, electronic high-throughput genotyping operational platform that generates approximately 600-800 genotyping calls every day. The machine and its electronic components must be maintained by professional factory trained service engineers. Life Technologies Service Engineers are required to go through a multi-step process to obtain factory certification to work on AB instruments and software.� Certification renewed every two years and they must remain certified on Class IIIB lasers. Life Technologies does not authorize any third-party service provider in North America to perform maintenance and repair on Applied Biosystems instruments. Life Technologies is the only manufacturer authorized service provider for our PCR machines Life Technologies maintains Intellectual Property (IP) rights to its collection of software and service tools software. Third party resellers and service providers are strictly prohibited from accessing, using or selling its software Only Life Technologies engineers have full and exclusive access to AB latest technical developments, repair procedures, software application updates and planned maintenance procedures. Life Technologies uses only replacement parts certified to the manufacturer�s OEM specification. Major sub-assemblies such as lasers, circuit boards, motors, CCD cameras, ovens, polymer pumps and major wiring harnesses are only orderable by a Life Technologies Service Engineer. CLOSING STATEMENT THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must provide evidence that they can provide equipment that meets all of the requirements in this announcement. All responses must be received by�11:00 AM Eastern Time on November 12, 2021 and must reference the solicitation number, NIMH22000161.Responses must be submitted electronically to Morgen Slager at morgen.slager@nih.gov. U.S. Mail and�Fax responses are not accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af826399a7194b798143f4dcb6505255/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06168917-F 20211104/211102230113 (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.