Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2021 SAM #7319
SOLICITATION NOTICE

J -- BioQuantum Preventative Maintenance Plan

Notice Date
12/13/2021 10:26:26 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94022Q00039
 
Response Due
12/17/2021 6:00:00 AM
 
Point of Contact
Amber Harris, Fax: 3014803278
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health, Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) on behalf of the on behalf of the National Institute of Digestive, Diabetes & Kidney Diseases intends to award a purchase order without providing for full and open competition (Including brand-name) to GATAN INC for a BioQuantum Preventative Maintenance Plan. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard of $22.0. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2022-01 Effective December 6, 2021. This acquisition is conducted under the procedures as prescribed in FAR subpart 13�Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1�Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). PERIOD OF PERFORMANCE January 1, 2022 to December 31, 2022 Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 5 Memorial Drive Bethesda, MD 20892 � DESCRIPTION OF REQUIREMENT The NIDDK The Multi Institute Cryo-EM Facility (MICEF) is a collaborative facility maintained by the NIDDK. It serves the scientific communities of NHLBI, NIDDK, NIAMS, and NINDS. MICEF currently houses a Titan Krios microscope equipped with the GIF Quantum K3 system. � MICEF offers support in planning EM experiments, sample preparation and imaging, using equipment, and analyzing data. �In order to continue this support, the GIF Quantum K3 system requires a preventative maintenance plan to keep the instrument functioning properly and providing accurate results.� _________________________ PURPOSE AND OBJECTIVES The National Institutes of Health (NIH)�s National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) has a requirement for a service agreement for the GIF Quantum K3 system. � SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Specifically, the NIDDK requires the following: Preventive Maintenance Plan: ��� �Unlimited telephone support ��� �Priority response for unscheduled field service ��� �Field-serviceable Gatan products under this contract type are allowed unlimited onsite visits per year ��� �No charge for Gatan-manufactured replacement parts ��� �Discounts on spares and certain consumable parts ��� �An annual preventive maintenance session, including: Repair, Maintenance, and Calibration TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: Task Area 1 � The vendor will perform one annual preventive maintenance inspection. �The equipment is located on the NIH Bethesda Main Campus in Building 13, Room G826. Task Area 2 � The vendor will provide an extended warranty, labor, and materials plan. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10�Market Research. �Only one source is available: Per FAR 13.106-1(b)(1) the Contracting Officer has determined GATAN INC to be the only reasonable available source to provide the BioQuantum Preventative Maintenance Plan. �� This acquisition was pursued on a sole source basis centered on the fact that the BioQuantum K3/GIF system is a complex, powerful and flexible imaging system equipped on the Titan Krios electron microscope for 2D and 3D characterization of biological samples. �In order to ensure the optimal thermal and mechanical stability and perfect optical performance, this imaging system requires regular maintenance. Maintaining the BioQuantum is essential in order for the system to continue producing high-quality Cryo-EM images. With the BioQuantum performing 24/7 with unattended operation along with the combination of the automated data collection, a maintenance contract is crucial for its continuous, smooth operation. Gatan, Inc. is the manufacturer of the BioQuantum imaging system and offers the only factory trained service representatives on the East Coast that are qualified to service this instrument. Gatan�s maintenance representatives are trained and certified to maintain the distinctive hardware and software configurations for the BioQuantum system components. No other vendor will be able to provide the high level of specified maintenance and/or repairs to keep the BioQuantum system functioning at optimum levels. Failure to use Gatan to service the system and its many components may result in voiding any manufacturer warranties on the BioQuantum instrument, delays for software upgrades and repairs, and could result in inaccurate research results that could then result in MICEF�s failure to meet its mission. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement and include: descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements, 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.� 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. 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. All responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Friday, December 17, 2021 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov . Assessment of Capability Lowest Price Technically Acceptable �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/424335aac13c489a94c5145d934e07a4/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06196360-F 20211215/211213230112 (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.