Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

J -- Genetix Equipment Repair and Maintenance

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HG)-2010-269-DLM
 
Archive Date
8/21/2010
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is NHLBI-PB-(HG)-2010-269-DLM and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43 (July 23, 2010). The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $7.0M. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute (NHLBI) on behalf of the National Human Genome Research Institute (NHGRI) to negotiate and award an order to Genetix Limited, Queensway New Milton Hants BH25 5NN, Great Britain to procure the following: 1. Silver QBot Service Contract, Part Number: CON200012, Serial Number: QB131, Quantity: one (1) Each. 2. Gold QPIX2 Service Contract, Part Number: CON100001, Serial Number: QP2300, Quantity: one (1) Each. 3. QBot Preventative Maintenance Kit, Part Number: PM Kit QBot, Quantity: two (2) Each. The sole source determination is based on the fact the National Institute of Health (NIH) is the nation’s medical research agency and the primary Federal agency conducting and supporting making medical discoveries that improve people’s health and save lives. The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. QPix2 and QBot instrumentation is a necessary component for our sequencing production process. Maintenance and upkeep is a MUST to maintain productivity at NISC. Failure of equipment will cause a delay in process down the manufacturing production line. Genetix is the sole manufacturer of the QBot and the parts are unique to these instruments and cannot be substituted by other vendor parts. The engineers must be licensed by Genetix and have the in-depth knowledge and training to repair this complex machine. Statement of Work Background QPix2 and QBot are a high-throughput robot handling system that is capable of many applications that includes high-speed colony picking, macroarraying (gridding), replicating, and re-arraying. The QPix2 is a versatile, automated colony picker in a space-saving bench-top format. Colonies are imaged by an on-board CCD camera and picked at a rate of up to 4,600 colonies per hour. The fully enclosed system with UV sterilization ensures an ultra-clean environment, while the high-pressure wash station eliminates carry-over. The intuitive software allows maximum flexibility over colony selection criteria, gridding patterns and library management. The QBot has extensive plate-stacking capacity which allows high-throughput operation, while automated plate-handling and lid-removal enable long unattended runs. The intuitive software allows maximum flexibility over colony selection criteria, gridding patterns and library management. Contractor Requirements A. Gold Contract for QPix2 (s/n QP2300) 1. Travel to the Location to carry out remedial or preventative maintenance and guarantees to cover the Equipment for parts. Labor and travel for a period of 12 months. 2. If product failure occurs, the Contractor will use all reasonable endeavors to have its representative at the Location within 3 Working Days and the Contractor’s representative will use all reasonable endeavors to repair the defect or malfunction at the Location, but if that is not reasonably practicable (or is not reasonably practicable in the time available during the customer’s normal working hours [8:00 a.m. to 5:00 p.m. local time, Monday through Friday]), the Contractor’s representative will seek to make such arrangements with the Customer for: a. a further visit to be made to the Location during the Customer’s normal working hours for the repair of the defect or malfunction; or b. if the Equipment is inoperative as a result of the defect or malfunction, its repair at the Location outside the Customer’s normal working hours; or c. if it is not reasonably practicable for the defect or malfunction to be repaired otherwise, the removal of the Equipment (or, where practical, the part of the Equipment in question) for the purposes of repair. 3. Provide unlimited software support via telephone or email. Telephone support shall be available during Normal Working Hours (8:00 a.m. to 5:00 p.m. local time, Monday through Friday). 4. The Contractor will use all reasonable endeavors to perform routine maintenance on the Equipment at six-month intervals and provide current version software upgrades free of charge. Routine maintenance of the Equipment shall be carried out by one of the Contractor’s duly authorized representatives attending at the Location at such times during the Customer’s normal working hours (8:00 a.m. to 5:00 p.m. local time, Monday through Friday) as may be agreed in advance between the Contractor and the Customer from time to time. Routine maintenance includes lubrication, inspection and calibration procedures that are designed to reduce component failure and prolong the life of the Equipment. 5. Save for any reason of Force Majeure, if the Contractor fails to achieve the target of 3 working days pursuant to clause 1.7 of this Schedule, for each day over 3 days one extra day will be added to the termination date of the Agreement. B. Silver Contract for QBot (s/n QB131) Preventative Maintenance 1. Two routine maintenance inspections at six-month intervals have been added to the Silver contract. This includes labor, parts and travel. 2. Contractor shall supply all parts at a reduced cost. Labor will also be charged at a reduced rate for each hour. The minimum charge is four (4) hours. Travel will be charged according to customer based on the closest support representative location: Region 1: 0 to 120 miles from closest support representative location: per hour Travel; 2 hour minimum lodging if travel occurs after 6 PM Region 2: 121 to 750 miles from closest support representative location: flat Travel Expense rate Region 3: 751 and above miles from closest support representative location: flat Travel Expense rate 3. Contractor will provide Software Support which will entitle the Customer unlimited Phone and Email support at no additional charge and provide downloads to current software upgrades free of charge. 4. On site repairs requiring a visit from a Field Support Engineer (FSE), labor will be charged at a standard rate per hour plus travel. The minimum charge is four (4) hours. Travel will be charged as given above. Government Responsibilities 1. At all times keep the Equipment in the environmental conditions recommended by the manufacturer. 2. Use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. Not allow any person other than the Contractor’s representatives or the Customer’s representative working under the Contractor’s specific instruction, to maintain, repair or replace any part of the Equipment. Reporting Requirements and Deliverables • The Contractor will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements • NISC accepts the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. FAR Provisions apply to this acquisition are:1) FAR Clause 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) 2) As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Commercial Items; 3) FAR Clause 52.212-4, (SEPT 2009) Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, hourly rate, the unit price, the 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. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and Online Representations and Certifications Application (ORCA) www.bpn.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their information to the below address and will be due five (5) calendar days from the publication date of this synopsis or by August 6, 2010, 7:30 a.m., Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HG)-2010-269-DLM. Information must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Responses may be submitted electronically to maxwelld@mail.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2010-269-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02226226-W 20100804/100802235706-5d9406bf9186f99c5c56b8184ce3123c (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.