Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

J -- Annual Maintenance service Teledyne ISCO chromatography flash systems

Notice Date
8/17/2018
 
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
NIHDA201800460
 
Archive Date
9/7/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@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 Office of Acquisition (OA) at the National Institute on Drug Abuse (NIDA) at the National Institutes of Health (NIH) under the Department of Health & Human Services (DHHS), on behalf of the National Center for the Advancement of Transalational Sciences (NCATS) intends to negotiate and award a contract for services to obtain annual maintenance service on existing, government-owned CombiFlash Rf/Rf+ Chromatography System manufactured and produced by Teledyne Instruments, Inc located at 4700 Superior Street, Lincoln, NE 68504, by a manufacturer-authorized service provider from a factory-trained OEM-certified technician. Parts and accessory items must be compatible with the subject equipment. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, sources sought type of notice, number NIHDA201800352, released on FedBizOpps from July 18, 2018 through July 28, 2018, indicates only one source of supply or service is capable of achieving this Government requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. 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) 2005-99-1 / 07-16-2018. 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 Project Description Statement of Work: 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 tasks. Specifically, the Contractor MUST provide an authorized service provider to provide certified factory-trained Original Equipment Manufacturers (OEM) technicians to perform Service Protection and annual service full coverage plan on the subject equipment as described in the following work for this potential requirement. The subject equipment requires contractor to provide: 1. Service Protection Agreements on CombiFlash Rf/Rf+ Chromatography Systems, consisting of components with Serial Numbers: 213G20172, 214D20179, 214G20021, 214G20022, 214G20023, 214G200024, 211L20130, 215B20240, 215E20035, 216G01916; and 2. Service Protection Agreements on CombiFlash Rf/Rf+Lumen Chromatography Systems, consisting of components with Serial Numbers: 214G20029, 214M20088. Maintenance service shall include Full system coverage to include parts, travel and labor costs for service calls to repair the subject units and one (1) service call to install the preventative maintenance parts kit not to include consumable parts by a factory certified and fully trained OEM technician from a manufacturer-authorized source. The authorized service provider must receive up-to-date factory-certified manufacturer-authorized training and be able to consistently meet the required turnaround time for system resolution. Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC with service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. The reports will cover any problems encountered, problem resolution, unresolved problems, softeware updates, and any miscellaneous issues observed. A detailed written report of any service and\or preventative maintenance should be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being completed. Purpose and Objectives The purpose of this requirement is to obtain annual maintenance service on an existing, government-owned CombiFlash Rf/Rf+ Chromatography System manufactured and produced by Teledyne Instruments, Inc located at 4700 Superior Street, Lincoln, NE 68504, by a manufacturer-authorized service provider from an OEM-certified technician. Parts and accessory items must be compatible with the subject equipment. The NCATS Chemistry group requires a maintenance agreement for our Teledyne ISCO flash systems. This agreement will cover any service situations that arise on this highly used and important equipment currently in use by the NCATS Chemistry area. This requested agreement will eliminate the amount of down time we will experience when there are any performance issues. The Teledyne ISCO flash systems are integral pieces of equipment in the synthesis of small molecules as biological probes. Period of Performance The Peroid of Performance of this requirement is for 12 months from the Effective Date of Contract (EDOC) award. A Firm-Fixed price type of contract is anticipated to be awarded as a result of this solicitation. 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 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) at 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 August 23, 2018 at 12:00 PM Eastern and must reference the subject announcement number on all correspondences. Responses must be submitted electronically to Mr. Hunter Tjugum at hunter.tjugum@nih.gov. FAX requests are not accepted. 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/NIDA-01/NIHDA201800460/listing.html)
 
Record
SN05043409-W 20180819/180817231033-66175a706115d2f163849ab2daa0d0c5 (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.