SOLICITATION NOTICE
J -- Simbionix Angio Mentor Suite Package Maintenance Services
- Notice Date
- 1/4/2022 9:06:04 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
- NIH-NINDS-NOI-75N95022Q00068
- Response Due
- 1/14/2022 12:00:00 AM
- Point of Contact
- Shayna Simpson, Phone: 3018276812, Nancy Lamon-Kritikos, Phone: 3014802447
- E-Mail Address
-
shayna.simpson@nih.gov, nancy.lamon-kritikos@nih.gov
(shayna.simpson@nih.gov, nancy.lamon-kritikos@nih.gov)
- Description
- TITLE: Simbionix Angio Mentor Suite Package Maintenance Services CLASSIFICATION CODE: J066 Maintenance and Repair of Instruments and Laboratory Equipment NAICS CODE: 811219 � Other Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE: January 14, 2022 PRIMARY POINT OF CONTACT: Shayna Simpson, Contract Specialist NINDS Contracts Management Branch, NIDA Shayna.Simpson@nih.gov 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 Institute of Neurological Disorders and Stroke (NINDS), the Office of Acquisitions Contracts Management Branch Red, NINDS Section of the National Institute on Drug Abuse (NIDA), intends to solicit on a sole-source basis by a request for quotation to 3D SYSTEMS Healthcare, Inc.to acquire maintenance services for the Simbionix Angio Suite System on or around February 1, 2022 with an award issued on or around February 8, 2022. The purpose of this acquisition is to acquire preventative maintenance and service for an existing Government-owned Simbionix Angio Suite that was originally manufactured by 3D SYSTEMS Healthcare. These maintenance services shall be provided by an Original Equipment Manufacturer (OEM)-Authorized Service Provider of the Simbionix Angio Suite System, and all maintenance services shall be performed by OEM certified factory-trained technicians using OEM certified parts. 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 3D SYSTEMS Healthcare. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The National Institute of Neurological Disorders and Strokes (NINDS) supports research into the causes, treatment, and prevention of neurological disorders and stroke. This request originates from the NINDS Surgical Neurology Branch (SNB) Neurological Surgery Residency Training Program. The Surgical Neurology Branch owns and operates a 3D Systems Simbionix Angio Suite which is used by the NINDS/ SNB Neurological Surgery Residency Training Program. This system is used to train outstanding clinical neurosurgeons with unparalleled experience and expertise in laboratory and clinical research who become academic leaders in neurosurgery. The residency graduates are expected to expand the number of neurosurgeon-scientists possessing advanced research skills, enabling them to elucidate disease mechanisms and develop novel and more effective neurosurgical treatments. Improved exposure of the residents to cerebrovascular diseases has been needed. 3D Systems Simbionix Angio Suite with its cutting-edge technology it is essential to maintain and service this equipment on a regular maintenance schedule.� CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION 3D SYSTEMS Healthcare, as the authorized partner of the 3D Systems Simbionix Angio Suite, is the only contractor authorized and capable of providing the necessary maintenance support service to the 3D Systems Simbionix Angio Suite because the equipment is proprietary. 3D SYSTEMS Healthcare is the only source for factory trained and certified technicians to maintain and service the equipment. The equipment requiring maintenance is continually used for research purposes. Non-functional equipment, inappropriately calibrated equipment, or equipment with incorrect parts, software updates, or other unsupported service provided by a non-authorized vendor, would void data standardization and could cause irreparably damage to NIH research data. Furthermore, use of any other contractor for maintenance 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 3D SYSTEMS Healthcare can certify compatibility. An OEM-authorized service provider is the only source with direct access to these parts and labor. 3D SYSTEMS Healthcare, Inc. is the only source authorized by the OEM to provide maintenance services for this equipment. Use of an OEM-Authorized Service Provider is essential for maintaining the integrity of the system. The intended source is: 3D SYSTEMS Healthcare 5381 South Alkire Circle Littleton, CO 80127 Salient characteristics: Contractor shall provide maintenance services and monitor this equipment�s to proactively maintain and monitor this equipment�s performance.� Planned maintenance inspections are included to assure peak performance and reproducibility, and to minimize costly down time. Service shall be performed by technically qualified factory trained personnel.� Service shall consist of a thorough cleaning, calibration, adjustment, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. This is a service and maintenance requirement for the 3D Systems Simbionix Angio Suite. Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to provide preventative maintenance and service, including onsite engineer calibrations and onsite engineer services, for the 3D Systems Simbionix Angio Suite. The Contractor shall supply all replacement parts to maintain the equipment at OEM specifications. The Contractor shall provide on-site remedial service and maintenance as well as regular scheduled maintenance inspections and adjustments for all subsystems of the scanner. The contractor shall provide technical support and remote diagnostics as well as checks of the system error logs. The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, any travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition. Estimated Period of Performance: Base Year: 2/8/2022 to 2/7/2023 Option Year One: 2/8/2023 to 2/7/2024 Option Year Two: 2/8/2024 to 2/7/2025 Option Year Three: 2/8/2025 to 2/7/2026 Option Year Four:� 2/8/2026 to 2/7/2027 Place of Performance: National Institutes of Health 10 Center Drive Bldg 10 Room 3D20 Bethesda, MD 20892 Contract Type: A firm-fixed price type contract with option periods 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, NIH-NINDS-NOI-75N95022Q00068. Responses must be submitted electronically to Shayna Simpson, Contract Specialist, Contracts Management Branch � Red, NINDS Section, NIDA, at Shayna.Simpson@nih.gov. �U.S. Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/50e9a8b60fb24f45892b5f1f8b32b66f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06208699-F 20220106/220104230108 (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 |