SOLICITATION NOTICE
66 -- Roche cobas� PRO Solution System Bundle Operating Lease
- Notice Date
- 2/12/2025 1:01:15 PM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH-CC-OPC-25-003077
- Response Due
- 2/24/2025 7:00:00 AM
- Archive Date
- 03/11/2025
- Point of Contact
- Kimala Winfield, Phone: 3014967015, Malinda Dehner, Phone: 3015946320
- E-Mail Address
-
kimala.winfield@nih.gov, dehnerm@cc.nih.gov
(kimala.winfield@nih.gov, dehnerm@cc.nih.gov)
- Description
- The National Institute of Health, Clinical Center (CC) intends to award a Requirements type contract to Roche Diagnostics, Indianapolis, IN 46250, for the Bundle Operating Lease of the Roche cobas� PRO Integrated Solutions System inclusive of the cobas� c 503 analytical unit, cobas� e 801 analytical unit, and the cobas� pro ISE analytical unit, cobas� infinity central lab software and support, AV Platinum IT Consulting Services, maintenance service, reagents and supplies, consumables, and calibration material. The new system will replace the already existing cobas� 6000 analyzer series inclusive of c 501 module, and e 601 module systems that will be utilized for testing purposes and will ensure the continued standardization of lab results. Roche Diagnostics is the only vendor/manufacturer that can provide the maintenance and full test menu required for clinical patient care testing in the NIH CC Department of Laboratory Medicine. Since the equipment, service, reagents, and supplies are proprietary, there is only one supplier whose products can fit into the instrumentation; any other supply or service could cause the cancellation of the protocol or delays in the completion of the protocol. There is no substitution allowed nor deviation since this is specific to the Roche Diagnostics Corporation instrumentation in place in the Clinical Chemistry Service section of Department of Laboratory Medicine (DLM). The Department of Laboratory Medicine (DLM) will telephone or e-mail requests for required services and items on a needed basis. Period of Performance shall be for a base year of twelve (12) months and four (4) 12-month option years. Service Coverage Requirements: The contractor shall provide Premium Service Coverage for the Roche cobas� pro + ISE analytical unit Integrated Solutions System, which includes: Unlimited service visits Monday through Friday from 8:00 a.m. to 5:00 p.m. (local time). Emergency service visits on Saturday, Sunday, and Roche holidays from 8:00 a.m. to 5:00 pm. Response for emergency visits within 24 hours of request. 98% Uptime Guarantee - See service policy for details/restrictions. The estimated product list and quantity is attached to this notice and titled � List of Supplies - 25-003077. The exact quantity of products cannot be estimated at the time of award. The government reserves the right to increase quantities pursuant to FAR 52.217-6. This acquisition is being conducted using regulations unique to Subpart 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services. 13.500 (a) This subpart authorizes the use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $7.5 million ($15 million for acquisitions as described in 13.500(c)), including options, if the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial products or commercial services. Contracting officers may use any simplified acquisition procedure in this part, subject to any specific dollar limitation applicable to the particular procedure. The purpose of these simplified procedures is to vest contracting officers with additional procedural discretion and flexibility, so that commercial acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry ( 10 U.S.C. 3205-3208 and chapter 241 and 41 U.S.C.3305, 3306, and chapter 37, Awarding of Contracts). Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. ****Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.**** Each response should include the following Business Information: a. SAM UIE. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1 e. Capability Statement Comments to this announcement may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Kimala Winfield, kimala.winfield@nih.gov or Malinda Dehner, dehnerm@cc.nih.gov by the due date and time marked in this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a8999f0cddc4da2a4d6138106edfa25/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07341144-F 20250214/250212230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |