Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

J -- Maintenance Services

Notice Date
7/24/2014
 
Notice Type
Presolicitation
 
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-CSB-(HL)-2014-171-JML
 
Archive Date
8/15/2014
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Rigaku Americas Corporation, 9009 New Trails Drive, The Woodlands, TX 77381-5209 to provide maintenance services for the Macromolecular X-ray Diffraction Facility located in the NHLBI Division of Intramural Research (DIR). BACKGROUND X-ray crystallography is the most powerful technology for visualizing the structure of biological macromolecules (proteins and nucleic acids) at atomic resolution. The laboratory relies heavily on X-ray crystallography to analyze the structures of proteins and nucleic acids involved in health and disease, and employs the "in house" X-ray crystallography located in Building 50 of the NIH complex in Bethesda, MD. Macromolecular crystallography requires the generation of high intensity X-rays, their collimation using X-ray optics, the collection of diffracted X-rays from crystalline samples of the macromolecules of interest, and the preservation of these crystals at liquid nitrogen temperatures while being irradiated by X-rays. These procedures require highly sophisticated instrumentation that cannot be maintained by in-house staff, or generic laboratory instrument service providers. PURPOSE A maintenance agreement is needed for the in-house macromolecular X-ray diffraction facility located in the B2 level of Building 50. The equipment consists of a rotating anode generator, image-plate area detector, confocal X-ray optics, and crystal cryogenics. PROCUREMENT The contractor shall provide a one (1) year premium service contract to include all parts, labor, and consumables for the following equipment / hardware: -MicroMax-007 HF (Serial No. GD230501) -R-AXIS IV++ (Serial No. GD2749NM) -VariMax-HF Confocal (Serial No. 2080) -PT-60 X-Stream 2000 (Serial No. 800381) -StructureStudio / d*TREK Software Support The period of performance will be September 1, 2014 through August 31, 2015. JUSTIFICATION The sole source determination is based on the fact that Rigaku Americas Corporation is the only manufacturer that produces and integrates all of the components of this X-ray facility. The facility is operated 24 hours a day, seven days a week, in order to meet high experimental demand. In order to maintain the instrumentation in a fully operational state, it is necessary to have a maintenance agreement with a supplier that has immediate access to parts and supplies, in addition to the technological knowledge. Because Rigaku Americas Corporation manufactures all the components of the facility, they have an extensive parts list at their immediate disposal within the continental US, and their field engineers are experts in all the components that make up the X-ray facility. In addition, by having a local service engineer, they can provide coverage for the entire week (8am to 5pm), and can respond rapidly to unforeseen malfunctions. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source (for purchases not exceeding the simplified acquisition threshold) and only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION The North American Industry Classification System (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard is $19.0M. The acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable (FAR Part 6.001). The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-74 (July 1, 2014). 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: unit price, 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. 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 must be received by July 31, 2014 at 9:00am EST and must reference synopsis number NHLBI-CSB-(HL)-2014-171-JML. Responses shall be submitted to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, Maryland 20892-7902, Attention: Jonathan M. Lear. Responses may be submitted electronically to learj@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2014-171-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03436647-W 20140726/140724235247-655c63b13153e380fc389704df81ed31 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.