SOLICITATION NOTICE
J -- Service Agreement for DeltaVision Elite Microscope
- Notice Date
- 3/25/2022 12:15:59 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-22-077
- 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 LEICA MICROSYSTEMS INC for the acquisition of Service Agreement for DeltaVision Elite Microscope.� 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 04/20/2022 - 04/19/2023 04/20/2023 - 04/19/2024 04/20/2024 - 04/19/2025 �� Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 8 Center Drive Bethesda, MD 20892 � ? DESCRIPTION OF REQUIREMENT The Prinz and Cohen-Fix Labs at NIDDK use a DeltaVision Elite microscope to visualize cells. The microscope is vital for the successful completion of ongoing projects in both labs and is used daily. The microscope is frequently in need of repair and has required service multiple times in the last three years. A service contract will allow the microscope to be repaired quickly and will make repair and maintenance costs predictable. The objective of this request is to obtain a service agreement for a base plus two (2) options years for the DeltaVision Elite microscope that will allow unlimited on-site repairs, including replacement service parts, components, or modules necessary for repairs. The agreement will be paid quarterly. _________________________ PURPOSE AND OBJECTIVES The objective of this request is to procure services to generate a mouse strain that carries a specific, heritable alteration in the THRB1 gene. The task involves the application of gene targeting technology of Cre-ERT2 recombinase to introduce the mutation into the desired gene. This is performed in mouse embryonic stem cells which will be used to create founder mice carrying the targeted mutation in the germ-line.� SALIENT / REQUIRED FEATURES AND SPECIFICATIONS This service agreement will allow the Prinz and Cohen-Fix Labs to keep the DeltaVision Elite microscope in working order and minimize downtime. The service agreement must have the following features: ��� �Provide one (1) annual preventative maintenance visit. ��� �Unlimited on-site repairs using genuine Leica Microsystems parts, including replacement for service parts, components, or modules necessary for repairs (excluding calibration plate). ��� �Prioritized on-site response time for remedial repairs. ��� �Unlimited access to a Technical Support Center available during standard working hours (9 am to 5 pm). ��� �Call back within 2-hour from the Technical Support Center. ��� �Provide firmware and software updates when available. ��� �All services must be performed by factory-trained and certified Field Service Engineers using genuine Leica Microsystems parts to meet original equipment manufacturer specifications. 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 � One (1) annual preventative maintenance service will be performed at a time selected by the contractor but no later than 10/20/2022. The service must be performed by factory-trained and certified Field Service Engineers using genuine Leica Microsystems parts to meet original equipment manufacturer specifications. Task Area 2 � Unlimited on-site repairs using genuine Leica Microsystems parts, including replacement for service parts, components, or modules necessary for repairs. Firmware and software updates will be installed during service visits. All services must be performed by factory-trained and certified Field Service Engineers using genuine Leica Microsystems parts to meet original equipment manufacturer specifications. Task Area 3 � Unlimited access to a Technical Support Center available during standard working hours (9 am to 5 pm). The Support Center must return calls within 2-hours. � 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 LEICA MICROSYSTEMS INC. to be the only reasonable available source to provide a Service Agreement for DeltaVision Elite Microscope. �� This acquisition was pursued on a sole source basis centered on the following. Leica Microsystems Inc. is the manufacturer of the microscope and the only vendor that can repair or replace the proprietary parts and software necessary to operate the microscope. In addition, the service must be performed by Leica certified Field Service Engineers, who are only employed by Leica Microsystems. For these reasons, Leica Microsystems is the only vendor capable of successfully completing the maintenance agreement. This acquisition was pursued on a sole source basis centered on the vendor having access to proprietary parts and knowledge which limit the amount of downtime for the repair and maintenance of the equipment. �The main commercial alternative to a contract with Leica Microsystems is to have a contract with a company which sub-contracts with Leica Microsystems. �Although this may seem equivalent since the deliverable appears to be generally the same, there are significant differences in the mode in which the direct contracted and sub-contracted work is performed by Leica Microsystems engineers. �Direct contracting flexibly allows Leica Microsystems service engineers to �drop ship� multiple �fix kits� for a given problem to our trained staff and in many cases the engineers are able to remotely coach our staff through the repairs (in some cases trying several of the shipped kits). �While this most often leads to a fix without the need of an engineer to physically visit the facility, when this is not accomplished the staff is able to help the engineer refine follow on fix options he/she will perform upon their physical visit to the facility. �Such physical visits can occur with higher priority for direct contracted engineers which is important because the Leica Microsystems engineer cadre are overburdened with service calls and installations. Due to the need for a 3rd party service organization to neutralize significant conflicts of interest (Leica Microsystems engineers are placed in a position to bill their competitor) to control costs and also because there are significant difficulties recreating the �drop ship� and remote coaching approach to instrument repair the subcontractor is not able to cause instrument repair to occur as quickly as the direct contractor can. � �This downtime ultimately contributes to significant project delays and leads to a material loss (functional instrument time) which cannot be offset by any difference in cost of such a contract because of the extreme nature (multiple user staff over multiple days lose productivity) of knock-on effects of instrument down time. � Based on this, 3rd party service providers do not have a level of performance close enough to that provided by the current vendor that they could be called comparable. This difference is not a question of competence or good will, just a fundamental issue with the business model of 3rd party providers. 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/fb639b454ad44f648257e121c1a350a0/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06279481-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 |