SOLICITATION NOTICE
J -- Service Contract Renewal for X-Ray Diffraction Laboratory Covering X-Ray Generators and Single Crystal X-Ray Diffraction Detectors and Small Angle X-Ray Scattering System with Associated Automatic Sample Changer
- Notice Date
- 3/25/2022 12:26:46 PM
- 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
- NICHD-22-076
- Response Due
- 3/30/2022 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 RIGAKU AMERICAS CORPORATION for Service Contract Renewal for X-Ray Diffraction Laboratory Covering X-Ray Generators and Single Crystal X-Ray Diffraction Detectors and Small Angle X-Ray Scattering System with Associated Automatic Sample Changer.� 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 2022-04 Effective January 30, 2022. 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 4/1/2022 to 3/31/2023 � � � � Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 5 South Drive Bethesda, MD 20892 � ? DESCRIPTION OF REQUIREMENT The Structural Biochemistry Section intends to renew the maintenance service contract covering two rotating anode X-ray generators, two associated Hakris heat exchangers, one Eiger 4M pixel array detector, and one Eiger2 R 4M pixel array detector. Also included are the BioSAXS Small Angle X-ray Scattering System with associated Automatic Sample Changer.� _________________________ PURPOSE AND OBJECTIVES The purpose of this order is to renew the maintenance service contract of X-ray diffraction and X-ray scattering instrumentation to provide reliable operation of instrumentation to researchers at NIDDK and collaborating researchers from other ICs. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The continued operation of all the equipment is essential and mission critical as the X-ray diffraction laboratory is an NIDDK resource and over 40 scientists are dependent on it for their research. The service contract offered by Rigaku Americas Corporation for the period extending between 04/01/2022 - 03/31/2023 covers the essential maintenance needs of these X-ray instruments. Rigaku Americas is the sole source of such maintenance contracts.� 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 � Vendor is to provide maintenance services to ensure reliable operation of the following instrumentation per Quote # KG-012422-B: ��� �X-ray generators: o�� �MicroMax-007 HR (S/N: ED215905)�� � o�� �FRX � Cu Anode (S/N: BD70000243-01)�� � ��� �X-ray Detectors: o�� �Eiger 4M (S/N: E-08-0121) o�� �Eiger 2 R 4M (S/N: E-08-0153) ��� �BioSAXS (S/N: PW10734) ��� �Automatic Sample Changer: o�� �ASC96 (S/N: 49467/W829) ��� �Heat exchangers: o�� �Haskris R400 Chiller (S/N: HB18890) o�� �Haskris R250 Chillder (S/N: HB17901) ��� �X-ray optics: o�� �VHF Arc)Sec Optic (LP) (S/N: 58742/W4120)�� ��� � Task Area 2 � Vendor will provide software upgrades and software support, including phone support. � 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 RIGAKU AMERICAS CORPORATION to be the only reasonable available source to provide Service Contract Renewal for X-Ray Diffraction Laboratory Covering X-Ray Generators and Single Crystal X-Ray Diffraction Detectors and Small Angle X-Ray Scattering System with Associated Automatic Sample Changer. �� This acquisition was pursued on a sole source basis centered on the following. Rigaku Americas Corporation is the manufacturer of the equipment and parts and is the sole vendor who has the necessary expertise to repair, adjust, and calibrate the equipment. In addition, all software controlling the X-ray generators and X-ray detectors are proprietary software produced by Rigaku. They are only vendor offering service contracts with the quoted performance specifications on Rigaku made X-ray generators and X-ray detectors, and BioSAXS instrumentation. 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 Wednesday, March 30, 2022 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov . Assessment of Capability Lowest Price Technically Acceptable �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9929cb4b48ee447fa8e1da8311b55688/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06279479-F 20220327/220326171914 (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 |