Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2024 SAM #8262
SPECIAL NOTICE

J -- Preventive Maintenance Services for One ProteinSimple Peggy Sue instrument

Notice Date
7/9/2024 2:47:13 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N91024NOI6961512
 
Response Due
7/12/2024 9:00:00 AM
 
Archive Date
07/27/2024
 
Point of Contact
Miguel Diaz
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
ISSUED BY:� National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Acquisitions (OA)� DESCRIPTION:� The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) intends to procure, on a sole source basis, preventive maintenance services for one (1) ProteinSimple Peggy Sue instrument from ProteinSimple of 3001 Orchard Parkway, San Jose, CA 95134 This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). The North American Industry Classification System (NAICS) code is 811210 and the business size standard is $34 million. This notice is not a request for competitive quotations. However, if any interested party, especially a small business, believes it can meet the Government�s needs, it may submit a capability statement, proposal, or quote for the Government to consider. The response and any other information furnished must be in writing and must contain sufficient details to allow NCI to determine if the party can perform the requirement. Responses to this notice shall be submitted via email to the Contracting Officer, Miguel Diaz, no later than the date specified in this notice. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. To receive an award, Contractors must be registered and have valid certification through SAM.GOV. Please reference the notice number on all correspondence. 1.0�� �TITLE Preventive Maintenance Services for Protein Simple Peggy Sue instrument 2.0�� �BACKGROUND The Collaborative Protein Technology Resource (CPTR) is a core facility providing services of protein analysis to the NIH and the Cancer Center Research (CCR) community. Capillary electrophoresis immunoassays on Peggy Sue instrumentation from ProteinSimple (Serial Number: SW1572) are the main services provided in CPTR. Maintaining these instruments is essential to NIH�s work and the services provided to the CCR community. 3.0�� �SCOPE The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the following equipment: ��� �One (1) Protein Simple Peggy Sue, Serial Number SW1572 All maintenance services shall be performed on-site in accordance with the Original Equipment Manufacturer�s (OEM) most current standard commercial maintenance practices. Onsite and emergency services shall be provided during standard business hours (defined as 8:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays found at www.opm.gov/policy-data-oversight/pay-leave/federal-holidays and extended hours (5:00 pm � 9:00pm EST, Monday through Friday) for any issues not able to be resolved remotely, or during normal business hours. Software updates/services may be provided remotely as applicable. All travel, labor, materials, and related charges shall be included in the purchase order price. 4.0�� �SPECIAL ORDER REQUIREMENTS The Contractor shall provide all labor, materials, and equipment required to perform the following tasks: 4.1�� �REPAIR SERVICE: �On-site, repair service visit shall be provided during the term of this contract at no additional cost to the government. Maintenance and service can be performed during the hours of 9am and 5pm within the time zone where the instrument resides, Monday through Friday, excluding holidays. A list of standard holidays can be provided to Customer upon request. Customer may contact the contractor via telephone during the hours of operation to report any malfunction of a Product. The contractor will acknowledge receipt of a service request within two (2) hours. If the service request cannot be resolved over the telephone, the contractor will dispatch its field engineer. �Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. The contractor will use commercially reasonable efforts to have its field engineer arrive at the customer location within three (3) business days after the field engineer is dispatched. All service requests from customer will receive preferential consideration over service requests from other customers not under existing warranty or service contract. This contract covers the instrument in its entirety, unless specifically excluded in this contract. The contractor shall provide unlimited technical support and trouble-shooting for the instrument, reagents and applications during normal working hours, except Federal holidays. 4.2�� �REPLACEMENT PARTS: �The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. �Parts shall be new or re-manufactured to original equipment specifications.� 4.3�� �SOFTWARE UPDATES/SERVICE: �The Contractor shall provide Software Service and updates in accordance with the manufacturer�s established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. 4.4�� �PREVENTIVE MAINTENANCE: �The Contractor shall provide one (1) Preventive Maintenance (PM) for the covered instrument. This is normally performed on site but may be performed at Contractor�s headquarters at the Government�s request. PM�s are normally scheduled for the start of the contract period, but can be adjusted at Government�s request. PM�s are governed by separate procedure, but nominally provide replacement of wear components (such as a gasket) and a performance test. 4.5�� �WARRANTY AND DISCLAIMER. The contractor shall warranty the replacement parts to be free from defects in materials and workmanship during the period equal to the greater of (i) ninety (90) days after the date of the installation or (ii) the remaining term of this Agreement. For breach of the foregoing warranty, the contractor will, at its option and expense and as the Government�s exclusive remedy, repair or replace the defective item during the warranty period.� 4.6�� �SERVICE EXCLUSIONS: The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. �These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.� 5.0�� �TYPE OF ORDER This shall be a firm fixed-price purchase order. SEVERABLE SERVICES� The services acquired under this purchase order are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not roll over for use in other periods. 6.0�� �PERIOD OF PERFORMANCE The Period of Performance shall consist of one (1) 12-month base period and two (2) 12-month option periods as follows: Base Period �� ��� �September 1, 2024 � August 31, 2025 Option Period 1 �� �September 1, 2025 � August 31, 2026 Option Period 2 �� �September 1, 2026 � August 31, 2027 7.0�� �PLACE OF PERFORMANCE Onsite services shall be performed at the following location: NIH, NCI, � 41 Convent drive Room C311A Bethesda, MD �20892 Note that access to the NIH campus is restricted. As such, all contractor personnel will be required to access campus via designated entrances where they are subject to security screening. Also, due to the current COVI-19 Pandemic there maybe additional access restrictions. Please refer to the NIH Security and Access site for more details: (www.nih.gov/about-nih/visitor-information/campus-access-security). 8.0�� �INSPECTION AND ACCEPTANCE Pursuant to FAR clause 52.212-4, all work described in the SOW to be delivered under this purchase order is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the NCI Technical Point of Contact (POC) who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor. Regardless of format, all digital content or communications materials produced as a deliverable under this purchase order, shall conform to applicable Section 508 Standards to allow Federal employees and members of the public with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by Federal employees or by members of the public who are not individuals with disabilities. Remediation of any materials that do not comply with the applicable Section 508 requirements as set forth below, shall be the responsibility of the Contractor. HHS guidance regarding accessibility of documents can be found at: https://www.hhs.gov/web/section-508/making-files-accessible/create-accessiblepdfs/index.html. Federal Government-wide guidance regarding accessibility of documents can be found at https://www.section508.gov/, including the documents describing the preferred method of authoring and testing documents produced in Microsoft Word 2013 or later, Microsoft Excel, and files formatted as PDF. 9.0�� �TECHNICAL POINT OF CONTACT The Technical Point of Contact (TPOC) is responsible for inspection and acceptance of all work in relation to this requirement and will serve as the Governments primary point of contact throughout the duration of the requirement. All efforts must be coordinated with this individual. The TPOC has limited authority as defined within this Statement of Work. They do not have the authority to commit or obligate Government funds or make changes to the terms and conditions of the purchase order. As such, any changes to the purchase order must be performed by a warranted Government Contracting Officer with appropriate delegated authority to do so. Nature of the acquisition and proposed unique qualifications of the contractor(s). � The NCI CPTR requires essential maintenance and software support for one ProteinSimple Peggy Sue instrument in order to process capillary electrophoresis immunoassays for CCR Researchers.� To NCI�s knowledge, no other vendor beside the Original Equipment Manufacturer (OEM) is capable of providing the full range of services required. The manufacturer does not license third party technicians, and spare or replacement parts for this instrument can only be obtained from the OEM. No other company or 3rd party provider has trained personnel to work with this complex system. Furthermore, only the OEM has immediate access to any potential required parts that might need replacing over time. Lastly, the service provider must be able to provide the latest software upgrades. The OEM owns the proprietary software needed to provide the required support on the instruments. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0342356da6df476eab2d5dd392c5a370/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN07120828-F 20240711/240709230106 (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.