Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

J -- Bruker Maintenance Requirement

Notice Date
9/12/2017
 
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 Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD-NOI-19-09122017
 
Archive Date
10/4/2017
 
Point of Contact
Max Kimpson, Phone: 301-435-4380, Richard Bailey, Phone: 301.402.1139
 
E-Mail Address
Max.Kimpson@nih.gov, Richard.Bailey@nih.gov
(Max.Kimpson@nih.gov, Richard.Bailey@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS. The Government's intent is TO AWARD A CONTRACT/PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute of Health, Eunice Kennedy Shriver, National Institute of Child Health & Human Development in support of the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Intramural Research Program (IRP) intends to award a purchase order without providing for full and open competition the upgrade of a Bruker product. The project background is as follows. Annual service and maintenance overhaul (CP10K) contract: The annual service and repair contract shall cover remote diagnosis of the correct functioning of 10 Bruker CryoPlatform TM systems, and repairs if needed. All required service and repair shall be carried out by Bruker personnel specifically trained for this work, and work will be initiated within a period of two working days from the time that the vendor detects a system's malfunction, or is notified by an NIDDK staff member of a malfunction on the equipment. The contract shall cover all expenses associated with any needed repairs, incl travel, parts, and labor, but not the cost of cryogens and gases. The CryoPlatform TM cooling system incorporates pumps and compressors that require periodic maintenance. The overhaul maintenance interval for these units is once every 10,000 operating hours corresponding to about a 12 month period. The service must be performed by a trained specialist and typically takes two days. Normally, only the life-limited items are replaced when the annual overhaul maintenance is performed. If the service interval is exceeded other parts may become damaged and an in-depth inspection and service is required. The annual maintenance overhaul (CP10K) shall be carried out by trained Bruker personnel, and be initiated within a period of one month from the time that the vendor is notified of the need for annual overhaul, and the overhaul contract shall cover all expenses associated with the CryoPlatform TM Annual Maintenance and Overhaul Description, specified below, excluding the cost of cryogens and gases. The vendor must have a proven track record of having carried out Annual Maintenance (CP10K) overhauls of Bruker CryoPlatform TM systems. No additional costs are to be incurred as a result of this overhaul. CryoPlatform TM Annual Maintenance Overhaul Description: These onetime equipment overhauls shall be performed during a scheduled visits, which accommodate the needed downtime for the overhaul. Because of the expenses involved with the cost of the Overhauling of the equipment, it is expected that this portion of the contract will be invoiced separately, after the overhauls have been performed, and the bulk expense of this portion of the contract shall be paid in a onetime, net 30 payment. The annual overhaul includes:  Exchange of the primary cooling device in the CryoCooler, the 'cold head',  Exchange of an adsorber in the He compressor,  Oil exchange in the vacuum pump,  Greasing or exchange of the vacuum turbopump bearings,  Test of pressure safety valves,  Cleaning the air inlets,  One cool-down/warm-up cycle as a performance check,  Check-up of the water chiller. pected repairs or malfunctions of the cryoplatforms. The NIDDK shall be afforded priority response time and a qualified Bruker technician will provide any necessary assistance onsite. The 10 Cryoplatforms covered under this contract are: ID 10175641 (700 MHz, Bldg 6, Rm B127, NIH decal 01932853, end user Adriaan Bax), BH025403 (900 MHz; Bldg 6, NIH decal - None, Rm B127, end user Adriaan Bax), BH077707 (499 MHz, Bldg 50, Rm B204, NIH decal 01730550 end user Adriaan Bax), BH046704 (500 MHz Bldg 6, Rm B127, NIH decal 01730549, end user Adriaan Bax), BH030703 (600 MHz, Bldg. 8, Rm B2A02, end user Adriaan Bax), and BH027603 (500 MHz, Bldg. 8, Rm 425, end user Adriaan Bax) BH046604 (600 MHz, Bldg. 6/B127, NIH decal 01730019, end user Adriaan Bax), ID 10211018 (600 MHz, Bldg. 6/B127, NIH decal 01932854, end user Adriaan Bax), ID 10026129 (800 MHz, Bldg. 50/B204, NIH decal 01835594, end user Adriaan Bax), ID10028000 (600 MHz, Bldg. 5/B2-20, NIH decal 01835080, end user Adriaan The manufacturer is Bruker Biospin Corporation, 15 Fortune Drive, Billerica, MA 01821. The North American Industry Classification System (NAICS) Code is 811219 with a size standard of 1000 employees. The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) This acquisition is conducted under the procedures prescribed in FAR subpart 13- Simplified Acquisitions Procedures at an amount exceeding the simplified acquisition threshold ($150,000.00) and as supplemented by FAR Part 12 - Commercial Items. This acquisition is conducted under the authority of 41 U.S.C.253© under provisions of the statutory authority of FAR Subpart 6.302-FAR 6.302-1- Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253c (1). 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 established the interested parties bona-fide capabilities for fulfilling the requirement and include: certification by the OEM that you are authorized to provide services, 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 Duns & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and 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 to this notice shall be submitted electronically by 12:00 PM Eastern Standard Time on Tuesday, September 19, 2017 toMaxwell J. Kimpson at email address max.kimpson@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-NOI-19-09122017/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04672114-W 20170914/170912231333-09dce5ad0f3207ed7ba6e064b0c14ed1 (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.