Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

J -- Service Contract for Amnis ImageStream X flow cytometer

Notice Date
11/7/2014
 
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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(SSSA)-15-021
 
Archive Date
12/6/2014
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-(SSSA)-15-021 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014. This acquisition is unrestricted. The associated NAICS code 811219 and the small business size standard $20.5. STATEMENT OF OBJECTIVES The purpose of this acquisition is for the renewal of the Maintenance Agreement of ImageStreamX imaging flow cytometer that serves a common Flow Cytometry Core Facility used by NINDS and other NIH institutes. Title: Service Contract for Amnis ImageStream X flow cytometer CONTRACTOR REQUIREMENTS (SCOPE OF WORK) Scope of Work The National Institute of Neurological Disorders and Stroke (NINDS), National Institutes of Health (NIH) mission is to seek fundamental knowledge about the brain and nervous systems and to use that knowledge to reduce the burden of neurological disease. The NINDS Flow Cytometery Core Facility has a need to provide routine use of ImageStreamX imaging flow cytometry to support over 120 basic and clinical research projects in 45 NINDS and other intramural programs. ImageStreamX flow cytometry instrument is a highly complex system combining high-throughput microscopic imaging of cells through a flow cell that requires maintenance and repair only by qualified personnel. The system is currently covered under the existing service maintenance contract, which expires on December 10, 2014. Project requirements: Contractor will provide all labor and replacement parts to maintain normal operation of existing ImageStreamX flow cytometer (Serial# ISX106) located at the National Institutes of Health, 49 Convent Drive, Building 49, Room 2B-63, Bethesda, MD, 20892. Specific items supported are as follows: Item # Description 600101ImageStream X sn: ISX 106 602100Data Analysis Workstation 602120405 nm Laser 602130658 nm Laser 602170Full Bright Field 60218012 Imaging Channels The term of coverage will be December 11, 2014 through December 10, 2015 with 4 option years. Service will be provided Monday through Friday, excluding Federal holidays. The contractor shall provide: 1.The contractor shall perform two Preventive Maintenance Inspections during the twelve month period. The first will be performed during March, 2015 and the second will be performed during September, 2015. Preventive Maintenance will be performed by an Amnis/EMD Millipore certified service technician. Service will include installation of hardware upgrades, calibration of the flow cytometer, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. 2.The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. 3. Emergency Service: Time to arrive on site remains the same as for Service. Time to complete service: Discussion regarding required labor, parts and cost will be the basis for mutual agreement of the parties to set a firm completion date if the timeframe exceeds 4 weeks. 4. Replacement parts: Contractor shall furnish all required Amnis/EMD Millipore certified replacement parts at no additional cost to the Government. 5. Software Updates/Service: Contractor will provide free of charge any revisions to Amnis/EMD Millipore IDEAS and INSPIRE image analysis and acquisition software during the Agreement term. 6. Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. 7. Personnel Qualifications: Service personnel need to have the experience deemed appropriate by Amnis/EMD Millipore as evidenced by completing the requisite training mandated by the manufacturer and being certified by the manufacturer. All Field Service Engineers shall have completed the required training and be certified by the manufacturer. Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. Place of Performance: Initial assessment of repair needs and any service that can be performed in house will be done on-site at the NIH campus. PERIOD OF PERFORMANCE Coverage will be from December 11, 2014 through December 10, 2015 Option Year 1: December 11, 2015 through December 10, 2016 Option Year 2: December 11, 2016 through December 10, 2017 Option Year 3: December 11, 2017 through December 10, 2018 Option Year 4: December 11, 2018 through December 10, 2019 Type of Contract Contemplated Fixed Price Purchase Order GOVERNMENT RESPONSIBILITIES Government will provide Contractor personnel reasonable access to the Equipment whenever Service is required. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Contractor personnel deem necessary to perform the Services. Selection Criteria The Contractor shall be evaluated on their proposal as follows: -All Field Service Engineers shall have completed the required training and be certified by the manufacturer. Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. -Provide a minimum of four (4) past performance references for maintenance service on like equipment (name of company, name of end user, end user phone number) -Evidence that all required parts utilized for maintenance and repair are certified manufacturer parts -Demonstrate the ability to respond to repair and maintenance issues within two business days -Lowest Price Technically acceptable. Acceptance FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the service quoted and whether it meets the essential requirements as specified in the scope of work; and (2) price. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by November 21, 2014, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-14-750. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will be accepted at (301) 480-1358. Contact Andriani Buck at 301-402-1677 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-021/listing.html)
 
Place of Performance
Address: National Institutes of Health, 49 Convent Drive, Building 49, Room 2B-63, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03569303-W 20141109/141107234021-8e74f29d8c0e0ff8978c35191be93976 (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.