SOLICITATION NOTICE
66 -- Agilent Equipment Maintenance for NCATS - Appendix
- Notice Date
- 3/6/2015
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-15-173
- Archive Date
- 3/31/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Appendix A: Equipment Requiring Annual Maintenance Support INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a GSA task order to Agilent Technologies, Inc. for maintenance of NIH-owned Agilent equipment without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-80 dated March 2, 2015. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 8.405 -6(a)(2) DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this acquisition is to provide the National Center for Advancing Translational Sciences (NCATS) Chemistry Group with annual maintenance for Agilent equipment in use by NCATS chemists. To ensure that research data remains standardized across the NCATS Chemistry Section, only original equipment manufacturer service and parts are acceptable to meet the needs of this requirement. Project Description The Contractor must be able to provide original equipment manufacturer (Agilent Technologies, Inc.) maintenance support to the equipment detailed in the attached Appendix. Delivery/Period of Performance The period of performance for the requirement maintenance is 02/18/2015 to 02/17/2016 plus two (2) one year options. The place of performance is 9800 Medical Center Drive, chemistry labs, Rockville, Maryland 20850. A firm fixed price contract is contemplated. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, only Agilent Technologies, Inc. is capable of meeting the needs of this requirement to ensure data standardization and equipment warranty. The equipment requiring maintenance is proprietary to the original equipment manufacturer (OEM), no other contractor is authorized to provide maintenance for this equipment, and only OEM labor and parts can ensure continued full function and warranty. The equipment requiring service is used for sensitive research and the equipment must be maintained appropriately to ensure data standardization across studies. The intended source is: Agilent Technologies, Inc. 2850 Centerville Road Wilmington DE 19808-1610 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 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 the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-173/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03660572-W 20150308/150306234739-064247908f8b9abe1ca1f4d185f69fb7 (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 |