Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOLICITATION NOTICE

J -- Zeiss Service Contract Renewal

Notice Date
8/26/2013
 
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
HHS-NIH-NHLBI-CSB-(HG)-2013-274-DLM
 
Archive Date
9/14/2013
 
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
INTRODUCTION: This is a Follow-On Service Contract Renewal. 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 Carl Zeiss Microscopy, LLC, One Zeiss Drive, Thornwood, New York 10594-1939 to procure a Service Agreement Contract for a Axio Imager M1 and Axio Observer D1. Equipment for Service Contract : 1. Axio Imager M1 Stand Mot, Serial Number: 3516000247, Quantity: One (1). 2. Axio Imager.D2 Stand Manual, Serial Number: 3524000107, Quantity: One (1). 3. Axio Observer D1 Stand Manual, Serial Number: 383300046, Quantity: One (1). 4. Axio Imager D1 Stand Manual, Serial Number: 3525001225, Quantity: One (1). Background : 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 National Human Genome Research Institute (NHGRI), The Cytogenetics and Microscopy Core's mission is to provide NHGRI investigators access to imaging and cytogenetics resources that support and extend their abilities to discover the causes of disease and the mechanisms of normal development and physiology. The Core performs fluorescence in situ hybridization (FISH) mapping of DNA clones, facilitating the visualization of defined nucleic acid sequences at the cellular and subcellular levels. Services include standard FISH mapping on high-resolution banded metaphase chromosomes (using G-banding or DAPI-banding); analyses of clones containing human, mouse, and other species' DNA; and high-resolution mapping of clones on extended chromatin structures. NHGRI uses both Microscopes throughout the institute and there is an important need to ensure this equipment is operational at all times. The Service Agreements allows for quick repair if needed and regular maintenance work to ensure continued use of the equipment. A Service Contract is required to reduce downtime and allow users access to new software upgrades. Carl Zeiss Microscopy is the manufacturer of the Microscope and only a licensed Carl Zeiss Engineer or Technician can service the instruments. No other source or service is acceptable. Justification : The Zeiss Cyto-Micro microscope systems are very sophisticated pieces of equipment that enables investigators to make observations that cannot be made by conventional fluorescence microscopy (i.e. transfection efficiencies; IHC & IF; SKY; FISH). It is very important to maximize the use of this expensive piece of equipment as the number of investigators who use it has increased steadily. In addition to the increase in users, the microscopes are being used for more sophisticated types of experiments. SKY experiments use a Spectra-cube camera unmixing 5 different fluorochromes to produce 23 unique color combinations used in SKY experiments. Transfections using 6, 12, 24 or 96 well plates can now be viewed using the Zeiss Observer scope. Color cameras are included in the service contract and greatly help users imaging IHC samples. Period of Performance : Base: September 1, 2013 through August 31, 2014 Option Year One: September 1, 2014 through August 31, 2015 Option Year Two: September 1, 2015 through August 31, 2016 Option Year Three: September 1, 2016 through August 31, 2017 The Service Agreement for the instrument includes : • Scheduled and Emergency service performed between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, excluding holidays; • All travel charges within the continental USA; • One (1) preventative maintenance inspection per Service Agreement year; • All covered replacement parts, except consumable items; • Applications Support and Software updates when available; • Factory trained Field Service Representatives; and • No Charge on all Labor and Covered Parts. Reporting Requirements and Deliverables : • The Contractor shall provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements : • The Government will accept the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. REGULATORY AUTHORITY: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source, only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION: Industry Classification (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). The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-69 (August 1, 2013). This requirement is under the SAT of $150,000.00. 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 shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. 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 August 30, 2013 and must reference synopsis number HHS-NIH-NHLBI-CSB-(HG)-2013-274-DLM, may be submitted to the National, Heart, Lung and Blood Institute, Office of Acquisition, COAC Services 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. "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/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2013-274-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03162232-W 20130828/130826235237-386fad123b4b8ac987578dae66a75e09 (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.