SOLICITATION NOTICE
J -- Maintenance agreement for NCATS Teledyne Isco flash systems for the National Center for Advancing Translational Sciences (NCATS)
- Notice Date
- 7/12/2023 11:51:33 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00498
- Response Due
- 7/26/2023 6:00:00 AM
- Archive Date
- 08/10/2023
- Point of Contact
- Nick Niefeld, Phone: 3018272094
- E-Mail Address
-
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE SOLICITATION NUMBER 75N95023Q00498 TITLE Maintenance agreement for NCATS Teledyne Isco flash systems for the National Center for Advancing Translational Sciences (NCATS) CLASSIFICATION CODE J066 NAICS CODE 811219 - Other Electronic and Precision Equipment Repair and Maintenance. Dollars or Number of Employees: $22 million RESPONSE DATE July 26, 2023 PRIMARY POINT OF CONTACT Nick Niefeld Contract Specialist nick.niefeld@nih.gov (301) 827-2094 DESCRIPTION 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). On behalf of the National Center for Advancing Translational Sciences (NCATS), the National Institute on Drug Abuse (NIDA) Office of Acquisition (OA) intends to negotiate on a sole source basis with Teledyne on Maintenance agreement for NCATS Teledyne Isco flash systems for the National Center for Advancing Translational Sciences (NCATS) for one 12-month base period and three 12-month option periods. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS 811219 - Other Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $22M. This acquisition is NOT set aside for small businesses, but rather is a sole-source acquisition to Teledyne. 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 BACKGROUND, PURPOSE AND OBJECTIVES The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS Chemistry group requires a maintenance agreement for our Teledyne ISCO flash systems. This agreement will cover any service situations that arise on this highly used and important equipment currently in use by the NCATS Chemistry area. This requested agreement will eliminate the amount of down time we will experience when there are any performance issues. The Teledyne ISCO flash systems are integral pieces of equipment in the synthesis of small molecules as biological probes. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is one year from date of award and three option periods: Base Year: August 15, 2023 through August 14, 2024 (12-months) Option Year 1: August 15, 2024 through August 14, 2025 (12-months) Option Year 2: August 15, 2025 through August 14, 2026 (12-months) Option Year 3: August 15, 2026 through August 14, 2027 (12-months) PLACE OF PERFORMANCE NCATS 9800 Medical Center Dr Building B Rockville, MD 20850 CONTRACT TYPE A firm-fixed price type contract is planned for this acquisition, consistent with commercial practices. 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, Teledyne is the only vendor in the marketplace that can provide the products required by the NCATS. The essential characteristics of the Teledyne ISCO equipment that limit the availability to a sole source are Teledyne ISCO System maintenance are proprietary to Teledyne ISCO. Only this suggested source can furnish the requirements, to the exclusion of other sources, because use of any other contractor would void equipment warranties and jeopardize system functionality. This equipment is used for research purposes and non-functional equipment or inappropriately calibrated equipment would void data standardization and irreparably damage NCATS research data. For these many reasons, Teledyne ISCO is the only contractor capable of meeting the needs of this requirement. Teledyne does not allow third party vendors to work on its equipment.� Teledyne is the only company that can provide OEM parts and certified technicians for its equipment. The intended source is: Teledyne ISCO 4700 SUPERIOR STREET, LINCOLN, NE 68504 USA 402-465-3001 FAX deborah.loch@teledyne.com 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 the services 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, 75N95023Q00498. Responses must be submitted electronically to Nick Niefeld, Contract Specialist, at nick.niefeld@nih.gov. U.S. Mail and fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1606b898508d46fb92bc86a7be3b1b97/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06745444-F 20230714/230712230041 (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 |