SOLICITATION NOTICE
J -- Procurement of maintenance services for five (5) Getinge made 123LS small sterilizers
- Notice Date
- 3/19/2015
- 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-DE-2015-092-KEW
- Archive Date
- 4/9/2015
- Point of Contact
- Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
- E-Mail Address
-
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontract)
- Small Business Set-Aside
- N/A
- Description
- Agency/Office: National Institutes of Health Location: National Institutes of Health (NIH)/National Institute of Dental and Craniofacial Research (NIDCR)/Division of Intramural Research (DIR)/Combined Technical CORE (CTC) Title: Procurement of maintenance services for five (5) Getinge made 123LS small sterilizers. Description(s): 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 Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisitions (OA), on behalf of the National Institute of Dental and Craniofacial Research (NIDCR), intends to negotiate and award a Purchase Order on a noncompetitive, sole source basis to Getinge USA, 1777 East Henrietta RD, Rochester, NY, 14623, to provide the NIDCR CTC with maintenance services for the 123LS small sterilizers. 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 Combined Technical Research Core (CTRC) provides state-of-the-art multi-disciplinary biotechnology instrumentation and methodologies crucial for modern biomedical research to all scientists at NIDCR. The facility has highly technical staff who offer research services, scientific expertise, consultation, and training necessary to effectively use these technologies in support of research performed by NIDCR scientists. As such, CTRC is a major resource for those wishing to diversify and explore new avenues of research by developing cutting-edge technologies and project-specific applications. The facility serves to enhance the scope and quality of scientific research performed at the NIDCR. Sole Source Justification: The determination by the Government to make a single-sole source is based upon the market research conducted as prescribed in FAR Part 10-Market Research, specifically the results of the market research concluded that Getinge USA, the manufacturer of the 123LS small sterilizer is the sole source provider of original equipment manufacturer (OEM) maintenance service plans. The CTC owns five (5) 123LS small sterilizers and the entirety of the NIDCR Division of Intramural Research uses the equipment for their research. Therefore it is imperative that OEM trained technicians and compatible parts only accessible through the OEM vendor are used to properly maintain the equipment. The contractor shall: 1: The contractor shall provide the following services: a. The contractor shall: 1. Contractor shall provide all labor, material, and equipment to provide preventive maintenance for five (5) Government-owned autoclaves. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. 2. Contractor shall perform not less than four (4) preventative maintenance inspection(s) during the contract period for each Sterilizer. Service shall be performed by factory trained Field Service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. List of equipment to be covered: Model# 123LS Small Sterilizer Serial# 01K61581 Model# 123LS Small Sterilizer Serial# 01K61583 Model# 123LS Small Sterilizer Serial# 01J61555 Model# 123LS Small Sterilizer Serial# 01K61582 Model# 123LS Small Sterilizer Serial# 01K61584 3. The Contractor shall provide emergency repair services on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided between 8 am and 5 pm Monday through Friday excluding and Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMI. 4. The contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumable items such as batteries and light bulbs. Parts shall be new or remanufactured to original equipment specifications. 5. The contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates/upgrades and revisions from the Government. Defective software shall be replaced at no additional cost to the Government. 6. The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. 7. The Contractor shall provide OEM personnel factory trained having experience in the servicing aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. Period of Performance: April 1st, 2015 - March 31st, 2016 Place of Performance: National Institutes of Health, NIDCR 9000 Rockville Pike Bethesda, Md. 20892 The North American Industry Classification system (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, size standard $20.5M. The acquisition is being conducted under FAR part 13, Simplified Acquisition Procedures, therefore the requirements of FAR part 6, Competitive Requirements, are not applicable and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-80 (02 MAR 2015). Interested parties may identify their interest and capabilities in response to this posting by March 25th, 2015 at 9:00am 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 only for the purpose of determining whether to conduct future competitive procurements. Inquiries to this announcement, referencing synopsis number: HHS-NIH-NHLBI-CSB-DE-2015-092-KEW, may be submitted to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Responses may be submitted electronically to Kyle.Wisor@nih.gov. Faxes will not be accepted. Responses will only be excepted if dated and signed by an authorized company representative.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-DE-2015-092-KEW/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIDCR, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03673077-W 20150321/150319235219-20e6cdebacd8bb2ff94bb18c84b99bba (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 |