Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

66 -- Maintenance Agreement for DNA Analyzer ABI Prism 3130-16

Notice Date
1/30/2009
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-90047-AV
 
Archive Date
2/24/2009
 
Point of Contact
Ashley L. Virts,
 
E-Mail Address
virtsa@mail.nih.gov
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health (NIH), National Cancer Institute (NCI), Laboratory of Population Genetics (LPG) intends to procure on a sole-source basis with Applied Biosystems, 850 Lincoln Centre Drive, Mail Stop 401-2, Foster City, CA 94404 for a maintenance agreement for government owned DNA Analyzer ABI Prism 3130-16 s/n 1202-058; 7900HT Sequence Detection System s/n 200736; 9700-96 well sample module s/n 805S2080124, G96S2070127; 9700-96 well sample module s/n 805S2080143, G96S2072920; and DNA Analyzer ABI Prism 3730XL s/n 1525-013. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-(b)(1). The North American Industry Classification System Code is 334516 and the business size standard is 500 employees. Period of performance: Twelve (12) months from date of award. The Laboratory of Population Genetics (LPG) is collaborating in several projects involving genotyping clinical samples for genetic markers involved in cancer susceptibility and in response to cancer treatments. LPG has explored several different current technologies that vary in their DNA requirements and in their ability to generate DNA sequence for genotyping as well as DNA sequencing. This research is supported by a number of complex instrument systems, including an Applied Biosytems 3130 Automated Sequencer, an Applied Biosytems 3730XL Automated Sequencer, 2 9700-96Well Sample Modules, and an Applied Biosystems 7900HT Sequence Detection System, which require annual preventive maintenance and occasional upgrades and repairs. These service requirements can only be procured from the manufacturer of the instrument systems in order to: 1) maintain the original instruments’ guarantees and agreements; 2) be implemented by properly trained staff; and 3) have access to the proper replacement parts and reagents. This current request follows the original purchase whose warranty expires and has been renewed annually for the current lifetime of the instrument system. It is anticipated that annual renewals of service contracts will occur each year for the instrument systems. The Laboratory of Population Genetics (LPG) requires use of these genomic analysis instrument systems for their research efforts. These automated genomic analysis instruments were designed by Applied Biosystems (AB). They require professional maintenance including scheduled service visits and periodic part replacement. Continuous service requires a renewable service contract. Applied Biosystems is the only reliable firm that is capable of repairing and maintaining these state-of -the art Applied Biosystems Automated DNA Sequencer, Sequence Detection System, and Thermacycler models. The manufacturer, Applied Biosystems, has service engineers with the highest qualification for repairing the AB instrument systems. They are specially trained on the latest models of the instrument and instrument software. Applied Biosystems holds multiple patents on these instruments and is the sole source of most of the replacement parts and reagents. Parts of these instruments require special handling which requires the approval of Applied Biosystems to get any warranty replacements. Applied Biosystems shall provide all labor, material and equipment to provide preventive maintenance and repair service for five (5) government-owned instrument systems (1 DNA Analyzer ABI Prism 3130-16; 1 7900HT SEQUENCE DETECTION SYSTEM; 2 9700-96Well, Sample Modules; and 1 DNA Analyzer ABI Prism 3730XL located in the Laboratory of Population Genetics:1) one (1) preventive maintenance inspection; 2) unlimited emergency repair within forty-eight (48) hours of first call; 3) furnish all required replacement parts with the exception of consumable parts at no additional cost to the Government; 4) provide free software upgrades. 5) contractor personnel shall have a minimum of three (3) years specialized factory training within the last five (5) years in order to perform service to these instruments and all primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.6) contractor shall provide current software updates to the operating system and shall provide Applied Biosystems parts and accessories if required during service. It is critical to the continued smooth operation and research of the NCI/CCR that these instrument systems continue to be serviced and maintained according to the manufacturer’s specifications. Any deviation from the specifications could jeopardize the use of the aforementioned systems and/or the accuracy of the data generated by the systems. The internal components and mechanisms of these instrument systems are proprietary and Applied Biosystems is the only known source capable of fulfilling the service contract on these instruments. This is not a solicitation for competitive quotations. However, if any interested party believes it can meet the above requirement, they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI contracting office by 1:00 PM EDT on February 9, 2009. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Ashley Virts, Contract Specialist at virtsa@mail.nih.gov. It is the vendor’s responsibility to call (301) 402-4509 to verify questions have been received. 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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration/certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference NCI-90047-AV on all correspondence.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c79693e6b50adc312da8868cc4cb30d6&tab=core&_cview=1)
 
Record
SN01741378-W 20090201/090130220356-c79693e6b50adc312da8868cc4cb30d6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.