Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SPECIAL NOTICE

J -- Service Contract for SelecT Compact Automated Culture Systems

Notice Date
7/10/2023 12:28:00 PM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00478
 
Response Due
6/17/2023 1:00:00 PM
 
Archive Date
07/02/2023
 
Point of Contact
Michele Pastorek, Phone: 3018271739
 
E-Mail Address
michele.pastorek@nih.gov
(michele.pastorek@nih.gov)
 
Description
NOTICE OF INTENT to Sole Source SOLICITATION NUMBER:� 75N95023Q00478 TITLE: �Service Contract for SelecT Compact Automated Culture Systems CLASSIFICATION CODE: J066 � Maintenance, Repair, and Rebuilding of Equipment-Instruments and Laboratory Equipment NAICS CODE: 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance RESPONSE DATE: June 17, 2023, at 4:00 PM ET PRIMARY POINT OF CONTACT: Michele Pastorek������� michele.pastorek@nih.gov Phone: 301.827.1739 DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Sartorius Stedim North America, Inc., 565 Johnson Avenue, Bohemia, NY� 11716, for a service contract for the existing Compact SelectT automated cell culture systems in use at NCATS.� The anticipated award date is August 25, 2023.� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Size Standard of $12.5 Million. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023. DESCRIPTION OF REQUIREMENT Physical/functional/performance features of the of the product:� The CompacT SelectT cellbase systems are automated cell culture systems currently in use in the Stem Cell Translation Laboratory at the National Center for Advancing Translation Sciences (NCATS), National Institutes of Health.� The service plan allows for service and preventative maintenance that avoids equipment failure and downtime and thereby protects the ongoing work in the laboratory. Features of the product that are essential to the government�s needs:� the equipment is highly specialized and made to order, and there is tight integration of hardware and software.� SelectT scheduler software maintenance and updates are performed exclusively by Sartorius Stedim North America (SSNA).� This software is proprietary to SSNA and only SSNA has access to the source code.� Numerous fitting and components are specific to, and manufactured by SSNA, specifically and only for these systems and only SSNA holds the copyright.� Only specifically trained technicians are able to diagnose and repairs issues, and most parts are proprietary and only available through the manufacturer. ESTIMATED PERIOD OF PERFORMANCE: Twelve (12 Months) 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. Specifically, Sartorius Stedim North America, Inc. is the only vendor in the marketplace that can provide this proprietary software required by NCATS . The intended source is: Sartorius Stedim North America, Inc. 565 Johnson Avenue Bohemia, NY� 11716 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. 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 Unique Entity ID (UEI), 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 be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023Q00478.� Responses must be submitted electronically to Michele Pastorek, Contract Specialist, at michele.pastorek@nih.gov.� U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/647638a122ba4575be47ff39e36556bd/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06741657-F 20230712/230710230044 (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.