Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2021 SAM #7295
SOLICITATION NOTICE

J -- Notice of Intent: Service agreement for the Bruker Rapidflex TOF with Automation and Maldi Pharmapulse-One System (Serial # 184795710154) for NCATS

Notice Date
11/19/2021 7:31:15 AM
 
Notice Type
Presolicitation
 
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
75N95022Q00022
 
Response Due
11/26/2021 8:00:00 AM
 
Archive Date
12/11/2021
 
Point of Contact
Nicholas Niefeld, Phone: 3018272094, Rieka Plugge, Phone: 3018277515
 
E-Mail Address
nick.niefeld@nih.gov, rieka.plugge@nih.gov
(nick.niefeld@nih.gov, rieka.plugge@nih.gov)
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE SOLICITATION NUMBER 75N95022Q00022 TITLE Service agreement for the Bruker Rapidflex TOF with Automation and Maldi Pharmapulse-One System (Serial # 184795710154) for NCATS CLASSIFICATION CODE J066 Maintenance and Repair of Instruments and Laboratory Equipment NAICS CODE 811219 Other Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE November 26, 2021 PRIMARY POINT OF CONTACT Nick Niefeld Contract Specialist nick.niefeld@nih.gov (301) 827-2094 DESCRIPTION THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS. THIS IS NOT A REQUEST FOR QUOTE/PROPOSALS.� On behalf of the National Center for Advancing Translational Sciences (NCATS), the National Institute on Drug Abuse (NIDA) Office of Acquisition (OA) intends to solicit on a sole-source basis by a request for quotation to Bruker Scientific, LLC to provide a service agreement for the Bruker Rapidflex TOF with Automation and Maldi Pharmapulse-One System (Serial # 184795710154) on or around December 6, 2021. The purpose of this acquisition is to acquire annual support services for an existing Government-owned Rapidflex TOF with Automation and Maldi Pharmapulse, which was originally manufactured by Bruker Scientific, LLC. These services shall be provided by an Original Equipment Manufacturer (OEM)-Authorized Service Provider of the Rapidflex TOF with Automation and Maldi Pharmapulse system, and all repair services shall be performed by OEM certified factory-trained technicians using OEM certified parts. The NCATS Early Translation Branch (ETB) has a need for an annual service agreement for the Rapidflex TOF with Automation and Maldi Pharmapulse system which is used as part of the Center�s HTS robotic systems used to run its experiments. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811219 with a Size Standard of $22M. This acquisition is NOT set aside for small businesses, but rather is a sole-source acquisition to Bruker Scientific, LLC. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Subpart 13.106-1(b), Soliciting from a single source. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The National Center for Advancing Translational Sciences (NCATS) mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. This request originates from the Early Translation Branch (ETB), formerly known as the NCATS Chemical Genomics Center (NCGC), and originally the NIH Chemical Genomics Center, which was created in 2008 as a comprehensive screening center in the Molecular Libraries Probe Production Centers Network, part of the NIH Common Fund�s Molecular Libraries Program. The original goals of the ETB were to translate the discoveries of the Human Genome Project into biology and disease insights and ultimately new therapeutics through small molecule assay development, high-throughput screening (HTS), informatics and chemistry. The ETB operates the Rapidflex TOF with Automation and Maldi Pharmapulse system which as part of its HTS robotic systems are used to run its experiments. Two of the most active systems at the Center are the Kalypsys Primary Screening system that was put into service in 2005 and the Tox21 Robotic Screening system that was put into service in 2011. As time has gone on, NCATS has acquired additional equipment to better integrate and automate more of its processes. The systems utilize a mobile robot capable of effectively integrating multiple systems, which have various functional and logistical constraints. It is essential to maintain this equipment to ensure optimal state-of-the-art functionality and capability for the Center�s experiments.� CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION Bruker Scientific LLC, as the authorized provider of the Rapidflex TOF with Automation and Maldi Pharmapulse system, is the only contractor authorized and capable of providing the necessary repair and support services on the Rapidflex TOF with Automation and Maldi Pharmapulse system because the equipment is proprietary. Bruker Scientific LLC is the only source for factory trained and certified technicians to provide these services and to maintain and service the equipment. Only Bruker Scientific LLC is capable of providing the support services because the equipment is proprietary to this company, the original equipment manufacturer (OEM). Bruker Scientific LLC does not authorize any other contractors to perform this work. Use of any other contractor would jeopardize system functionality by risking hardware and software standards. This is turn would jeopardize the NCATS ongoing research studies which would be unacceptable for continuity of science. Accordingly, Bruker Scientific LLC is the only contractor capable of meeting the needs of this requirement. Furthermore, use of any other contractor for the system would void equipment warranties and jeopardize system integrity and functionality. Only an OEM-authorized service provider has access to the latest services and support information. Replacement parts or accessories must be compatible with the existing equipment, and only Bruker Scientific LLC can certify compatibility. An OEM-authorized service provider is the only source with direct access to these parts and labor. Bruker Scientific LLC is the only source authorized by the OEM to provide the parts, supplies and services for this equipment. Because of the significant investment by NCATS in the purchase of this equipment, using an OEM-Authorized Service Provider is essential for maintaining the integrity of the system. The intended source is: Company Name: Bruker Scientific, LLC Company Address: 40 Manning Road, Billerica, MA, 01821 Contact Phone: (978) 663-3660 DUNS: 877298661 ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance shall include one (1) 12-month base period and three (3) 12-month successive option periods as follows: Base Period (Year 1): December 13, 2021 � December 12, 2022 (12-months) Option Period One (Year 2): December 13, 2022 � December 12, 2023 (12-months) Option Period Two (Year 3): December 13, 2023 � December 12, 2024 (12-months) Option Period Three (Year 4): December 13, 2024 � December 12, 2025 (12-months) PLACE OF PERFORMANCE NCATS 9800 Medical Center Dr Bldg B / Room 1014 Rockville, MD 20850 CONTRACT TYPE A firm-fixed price type contract is planned for this acquisition, consistent with commercial practices. 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 the closing date and time of this announcement and must reference the solicitation number, 75N95022Q00022. Responses must be submitted electronically to Nick Niefeld, Contract Specialist, at nick.niefeld@nih.gov. U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2f41022346d4637b8af8c8b6e922abf/view)
 
Place of Performance
Address: Rockville, MD 20850, ARE
Zip Code: 20850
Country: ARE
 
Record
SN06181688-F 20211121/211119230040 (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.