Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2024 SAM #8192
SOLICITATION NOTICE

J -- Annual Service Contract to provide hardware and software support for Bruker 11.7 Tesla superconducting magnet

Notice Date
4/30/2024 5:30:30 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-24-003512_NOI
 
Response Due
5/6/2024 2:06:00 AM
 
Archive Date
05/06/2024
 
Point of Contact
Tiffany Stone, Phone: 3014807158, Christine Frate, Phone: 301.443.3846
 
E-Mail Address
tiffany.stone@nih.gov, christine.frate@nih.gov
(tiffany.stone@nih.gov, christine.frate@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 Institute on Drug Abuse (NIDA) Office of Acquisition (OA) proposes to procure a Maintenance Agreement of the Bruker Biospin Nuclear Magnetic Resonance (NMR) Spectrometer on behalf of the Institute of Mental Health (NIMH). NIDA OA intends to award a purchase order without providing for full and open competition to Bruker Biospin Corp. It is estimated that the proposed acquisition will require a base period of 12 months with four, successive one-year options to extend the contract term. This proposed acquisition has an estimated value of $171,633.52 including all optional requirements and a total duration of 60 months if all options are exercised. This term limit is in accordance with the authority of FAR Subpart 17.204(e) and HHSAR Subpart 317.2. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811210 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 2022-06 Effective 05/26/2022. 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 Base Year: 6/3/2024 - 6/2/2025� Option Yr 1: 6/3/2025 - 6/2/2026� Option Yr 2: 6/3/2026 - 6/2/2027� Option Yr 3: 6/3/2027 - 6/2/2028� � �� Place of Performance National Institutes of Health� National Institute of Mental Health� 8 Center Drive Bethesda, MD 20892 � DESCRIPTION OF REQUIREMENT The National Institutes of Health (NIH), National Institute of Mental Health (NIMH) has a requirement to obtain services to maintain the operation of the NMR�s spectrometers. The National Institute of Mental Health (NIMH), Molecular Imaging Branch (MIB) Section of Magnetic Resonance Spectroscopy (MRS) has an 11.7 Tesla super conducting magnet in the lab to do magnetic resonance spectroscopy studies. The magnet includes software for Microimaging Accessory: Paravision, TOPspin, Team Viewer; as well as hardware: Gradient amplifiers, X/Y/Z (60A), safety controller, Micro 2.5 Gradient coil, and Mini75 Gradient Coil. Any of these hardware or software systems can malfunction requiring immediate repair to continue the NMR exploratory work in the lab. This maintenance agreement will include patch/firmware updates for all of the software systems and coverage for repair of hardware, if necessary. Bruker is the only authorized servicer for their equipment. PURPOSE AND OBJECTIVES: Onsite service including labor and travel costs for hardware failure and preventative maintenance. Service to include preventative maintenance and repair of hardware/software systems as necessary. SPECIFIC REQUIREMENTS: Yearly service agreement covering: � Parts coverage � No additional onsite support � Agreement includes live support of the system by Bruker trained service engineer through a secure remote connection, (e.g. MS Teams(TM) or TeamViewer(TM)) � Software and data system up-to-date, includes software patches and firmware updates but no software upgrades (ie. TS2- TS3) � Computer exchange after 3 years of continuous coverage. Full coverage agreement includes any repair needed to get the Microimaging Accessory back up and running. Coverage includes: � Gradient amplifiers, X/Y/Z (60A) and safety controller � BCU20 � Micro 2.5 Gradient coil MICWB40 Probe Body + Base MICWB40 RES 500 1H 040/020 QTR T117956 31 MICWB40 RES 500 1H 040/025 QTR T118419 34 MICWB40 RES 500 1H/13C 040/025 LLTR T118289 28 MICWB40 RES 500 1H/13C 040/010 LLTR T132987 26 � Mini75 Gradient Coil MINIWB57R body set (W2) MINIWB57R RES 500 1H 057/040 QTR T143804 12 MINIWB57R SUC 500 1H/13C ID=20MM TR T174827 10 MINIWB57R RES 500 1H/13C 057/040 LLTR T174830 10 Animal Monitoring/handling system Quad Combiner Covered by the agreement are: � Onsite service including labor and travel costs for hardware failure and preventative maintenance. � Parts coverage for the selected microimaging accessory items; BCU20, Gradient Amplifier, Safety Controller, Gradient Coil(s), probe body(ies), insert(s) � Support of the system by Bruker trained service engineer through a secure remote connection, (e.g. TeamViewer(TM)) software) � Topspin software and data system up to date, includes software patches and firmware updates (software upgrades excluded, ie. TS2- TS3) � Paravision software and data system up-to-date, includes software patches and firmware updates,(software upgrades excluded, ie. PV6- PV7, or PV360v3.x-3.y) 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 BRUKER BIOSPIN CORP to be the only reasonable available source to provide the NIDDK/LBC NMRs Annual service and maintenance. �� This acquisition was pursued on a sole source basis centered on the following: BRUKER BIOSPIN CORP is the manufacturer and sole authorized service provider for the two NIDDK BRUKER BIOSPIN CORP cryoplatformsTM.� The NMR spectrometers in LBC are manufactured by Bruker Instruments, each rely on a sophisticated cryogenic probe system that is cooled by a helium driven cryostat to operate at very low temperature. �These Bruker cryoplatformsTM consist of the cooling unit that drives the actual cryogenic probe heads. �These cryoplatformsTM contain multiple pumps as well as a mechanically driven cryostat. � This contract includes a Comprehensive plan, that if needed, will replace the magnet with a model of equivalent specifications and carry all the costs related to reinstatement of the hardware including travel and labor.� Use of BRUKER BIOSPIN CORP�s proprietary manufacturing, engineering, service and/or development software, firmware, documentation, and tools developed by or under development by and/or provided to BRUKER BIOSPIN CORP for its assembly, configuration, installation, maintenance, repair, service and/or de-installation of the magnet, as well as any upgrades or revisions of this material. 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 Monday, May 6, 2024 to the Contract Specialist, Tiffany Stone, at tiffany.stone@nih.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cfc6260802c3499aa20f05fd17f133b5/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07046718-F 20240502/240430230056 (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.