Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

J -- Maintenance Agreement to Service ThalesNano H-Cube Equipment

Notice Date
12/6/2017
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-NOI-2018-39
 
Archive Date
12/30/2017
 
Point of Contact
Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
schmidtjr@mail.nih.gov
(schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition, intends to negotiate and award a contract for a maintenance agreement to service one ThalesNano H-Cube PRO and one ThalesNano H-Cube Gas Module. The agreement will cover mechanical and electrical failures experienced under normal installation and operating conditions for the agreement period of performance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard of $6.5M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-96 (dated November 6, 2017). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Title: Maintenance Agreement to Service ThalesNano H-Cube Equipment The purpose of this acquisition is to procure a maintenance agreement to service one ThalesNano H-Cube PRO and one ThalesNano H-Cube Gas Module. This agreement shall cover mechanical and electrical failures experienced under normal installation and operating conditions for the agreement period of performance. NCATS currently uses the H-Cube Pro and the H-Cube Gas Module (GM). This equipment provides the NCATS with continuous flow hydrogenation reactor capabilities and generates hydrogen internally from 2 cells for 60mL/min maximum hydrogen production. The H-Cube Gas Module (GM) allows gases other than hydrogen to be used on the H-Cube Pro TM supplied through a gas cylinder or gas generator. This request is for a maintenance agreement to ensure the continuous and precise operation of the equipment. Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the following: Full, on-site parts and labor to ensure maximum utilization time. One preventative maintenance visit per year to keep instruments tuned for best operating performance. For H-Cube users: includes replacement of the H-Cell. Access to phone and email support for technical and chemistry questions can be answered. Access to ThalesNano dedicated team of chemists who can suggest conditions for any application. Access to ThalesNano user web forum. Equipment to be serviced: H-Cube Pro S/N 100-2013Service Plus Contract 12 month term H-Cube Gas Module S/N 008-2012Service Plus Contract 12 month term PERIOD OF PERFORMANCE Base Period (Contract Year 1): January 15, 2018 - January 14, 2019 Option Period 1 (Contract Year 2): January 15, 2019 - January 14, 2020 Option Period 2 (Contract Year 3): January 15, 2020 - January 14, 2021 Option Period 3 (Contract Year 4): January 15, 2021 - January 14, 2022 Option Period 4 (Contract Year 5): Janaury 15, 2022 - January 14, 2023 CLOSING STATEMENT 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 must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." 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 3:00 PM Eastern, December 15, 2017 and must reference number HHS-NIH-NIDA-NOI-2018-39. Responses must be submitted electronically to Jeffrey Schmidt, Contracting Officer, at schmidtjr@mail.nih.gov and must reference the solicitation number HHS-NIH-NIDA-NOI-2018-39, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-NOI-2018-39/listing.html)
 
Record
SN04758560-W 20171208/171206231105-4cc4031e4f96838ccf66f76421e64849 (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.