SOLICITATION NOTICE
J -- 1 YEAR SERVICE FOR FOUR FIREFLY GENOMICS LIQUID HANDLERS
- Notice Date
- 12/5/2024 3:22:33 PM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NOI-NIAID-25-2251266
- Response Due
- 12/15/2024 1:00:00 PM
- Archive Date
- 12/30/2024
- Point of Contact
- DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
- E-Mail Address
-
diana.rohlman@nih.gov, JESSE.WEIDOW@NIH.GOV
(diana.rohlman@nih.gov, JESSE.WEIDOW@NIH.GOV)
- Description
- This is a Notice of Intent, not a request for proposal. The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with SPT Labtech Limited, to procure annual maintenance service on four Firefly liquid handler instrument used for sequencing projects for Vaccine Research Center, 40 Convent Drive, Bethesda, MD 20814 I. Period of Performance / Deliver: 1) 12 month coverage Firefly genomics (6 head) - reliance complete Service Contract FF1030. POP 1/1/25-12/31/25 2) 12 month coverage Firefly genomics (6 head) - reliance complete Service Contract FF1014, POP 1/1/25-12/31/25 3) 12 month coverage Firefly genomics (6 head) - reliance complete Service Contract FF1038 POP 1/1/25-12/31/25 4) 11.5 month coverage of Firefly genomics (6 head) - reliance complete Service Contract , FF0009, POP 1/18/25-12/31/25 - Includes all parts, labor, and travel + 1 PM visit per agreement year for each instrument Specs and requirements to be met: The purpose of this project is to secure repair and preventative maintenance against any future malfunctions on the firefly FF1030, firefly FF1014, firefly FF1038, firefly FF0009 instruments used by Vaccine Research Center. SPT LABTECH is the manufacturer of the instruments. The manufacturer only supports the use of its proprietary supplies and services for its machines. All warranties could be null and void if other than the manufacturer completes work or service is attempted on these machines. Services provided under this standard service agreement include: 1. Telephone and remote access support 2. Application software upgrades 3. Remote application support 4. Annual preventative maintenance visit (only applicable to contract terms over 6 months) o includes travel, expenses, and labor o includes replacement parts 5. On-site repair and refurbishment o includes travel, expenses and labor o includes replacement parts The Place of performance is Bethesda, MD 20814 The statutory authority for this sole source requirement is 41 U.S.C.1901 (e) (2) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources that could provide required services may submit a capability statement that will be considered by email (subject line shall reference NOI-NIAID-25-2241266 to Diana Rohlman at diana.rohlman@nih.gov by 4:00 pm eastern standard time, Sunday December 15, 2024. All responses received by the closing date of this synopsis will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a99f8102c03a48009be9df396c9389ba/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN07282375-F 20241207/241205230107 (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 |