Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOLICITATION NOTICE

J -- Annual Assurance Instrument Service Agreement

Notice Date
11/23/2010
 
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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HG)-2011-027-DLM
 
Archive Date
12/14/2010
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) intends to negotiate and award a purchase order on a noncompetitive sole source basis to Affymetrix, Inc., Santa Clara, CA 95051 to procure Affymetrix Assurance Instrument Annual Service agreement for a period of one (1) year. The sole source determination is based on the fact that National Institute of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency conducting, supporting and making medical discoveries that improve people’s health and save lives. The National Human Genome Research Institute (NHGRI), Cancer Genetics Branch (CGB), major focus of the laboratory is the genetic analysis of common, but genetically complex diseases. The MACore provides services for high throughput differential gene expression techniques to primary investigators from three NIH institutes. The technology allows us to interrogate the expression state of up to 50-30,000 different genes at a time. The Assurance Service Agreement is required to continue the operation of the system. The failure of the equipment would cause a delay in data collection and result in the loss of irreplaceable samples. A maintenance agreement is needed to ensure minimal down time for the equipment and quick response when repair is needed. This procurement is for an annual service agreement for the period of one (1) year for the following Affymetrix equipment: • Model: GCS, Serial Number: 74900153; • Model: 640, Serial Number: 11311; • Model: AUTO, Serial Number: A10820; • Model: FS450U, Serial Number: FS0747; • Model: FS450U, Serial Number: FS0898; • Model: GC30007G, Serial Number: 50207340; and • Model: WS-SYS, Serial Number: 557XL81. Contractor Requirements: 1. The Contractor will provide service and maintenance of the Instruments, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts and labor. 2. The Contractor will provide On-Site response within 48 hours or less. Unlimited emergency visits, software upgrades included. 3. The Contractor will provide one (1) preventative maintenance visit by the Contractor’s licensed engineer during each twelve (12) month term of this Agreement. 4. The Contractor may be required to provide critical and non-critical updates in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. 5. The Contractor will cover necessary warranted parts. Government Responsibilities: 1. The Government, at all times will keep the Equipment in the environmental conditions recommended by the manufacturer; and protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor’s representatives or the Customer’s representative working under the Contractor’s specific instruction, to maintain, repair or replace any part of the Equipment. 4. The Government will agree that the service agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. The Government will handle normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. Reporting Requirements and Deliverables: • The Contractor will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements: • The Government accepts the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. Only one responsible source and no other supplies or services will satisfy agency requirements. Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with business size standard in dollars $7.0M Per Annum. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001) and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-46 (October 29, 2010). This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis, by November 29, 2010, 7:30 a.m. Eastern Standard Time. The determination by the Government not to compete the proposed contract based upon 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 future competitive procurement. Inquires to this announcement, referencing synopsis number NHLBI-PB-(HG)-2011-027-DLM, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisition, Procurement Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2011-027-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02332925-W 20101125/101123234519-2f98564203490c11c999f44f785ea372 (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.