Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

J -- Service Agreements for ABI Equipment

Notice Date
6/21/2012
 
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-CSB-(HG)-2012-180-DEL
 
Archive Date
7/12/2012
 
Point of Contact
Deirdre Lyons, Phone: 3014359068
 
E-Mail Address
deirdre.lyons@nih.gov
(deirdre.lyons@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) on behalf of the National Human Genome Research Institute, (NHGRI), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Applied Biosystems, LLC (ABI), 850 Lincoln Centre Drive, Foster City, California 94404-1128 to procure a one (1) year service agreements for the following equipment: 1. Two (2) 3103-16 Genetic Analyzers, Serial Numbers 1316-033 & 1350-005; 2. Two (2) DNA Analyzers ABI Prism 3730XL, Serial Numbers 1525-018 & 15102-032; and 3. Two (2) Ion PGM Systems, Serial Numbers 11C051907 & 11C072003. The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The NHGRI, NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. NISC has been using ABI's 3130 &3730XL sequencers for over eight years, and in the past year, NISC purchased ABI's Ion Torrent Personal Genome Machine bench top sequencing systems. This equipment is necessary to NISC's sequencing production process. Maintenance and upkeep of the equipment is essential in order to maintain productivity at NISC. Failure of the equipment would cause a delay in the process down the manufacturing production line. ABI is the sole source for this requirement. This sole source determination is based on the fact that ABI is the sole manufacturer for this sequencing equipment, ABI does not authorize any third party service provider to maintain and repair ABI machines, and the equipment contains unique ABI parts that cannot be substituted by other parts. In addition, the engineers from ABI have the in-depth knowledge and training necessary to repair these complex machines. Contractor Requirements: 1. The Contractor shall provide on-site response within two (2) business days. 2. The Contractor shall perform one (1) preventative maintenance visit by the ABI engineer for each service agreement. 3. The Contractor shall cover necessary warranted parts, and replacement parts shall be factory certified. 4. Engineer labor and travel shall be included for repair visits. 5. The Contractor shall provide priority telephone and e-mail access to instrument technical support from the Technical Assistance Center (TAC) and to application technical support. Government Responsibilities: 1. The Government will keep the equipment in the environmental conditions recommended by the manufacturer and protect the instruments 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 Government's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the equipment. 4. The Government will perform 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 shall provide a summary report of its action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements: NISC is responsible for accepting the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. The North American Industry Classification System (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard is $19.0M. 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) 05-58 (May 18, 2012). This requirement is under the SAT of $150,000.00. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis no later than June 27, 2012, 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-CSB-(HG)-2012-180-DEL, may be submitted electronically to Deirdre Lyons at deirdre.lyons@nih.gov. Responses may be submitted electronically Deirdre Lyons at deirdre.lyons@nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. Note: In order to receive an award from NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HG)-2012-180-DEL/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02783048-W 20120623/120622000236-060c402c3c0675ff6aaf6095ef15ba65 (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.