Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2015 FBO #4920
SOLICITATION NOTICE

66 -- LSRFortessa Maintenance

Notice Date
5/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NICHD-15-046
 
Archive Date
5/29/2015
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-15-046 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-81. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $19M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with BD Bioscience - 2350 Qume Drive - San Jose, CA 95131 to procure a one year Service Agreement for the following: 1. LSRFortessa (No Lasers) - SN: H64717700056 - QTY (1 EA) Coverage includes the BD LSRFortessa Special Order System w/one computer workstation (excluding lasers and printers) for labor, travel expenses and parts for the following: •Two preventative maintenance inspections including 2 PM Kits •Software Revisions of proprietary software released during agreement term at no charge •Unlimited telephone support for instrument, reagents and applications will be provided at no additional charge •Unlimited service visits, Monday - Friday •Unlimited technical support over the phone for all hardware and software problems •Respond to emergency on-site service (Monday through Friday) within 48 hours •No charge for Shipping & Handling for replacement parts for warranty covered parts under Warranty/Service agreement 2.Sapphire 488-100 Blue laser - SN: 3345307 - QTY (1 EA) 3.Laser COHR Cube 640-100 Red - No Serial - QTY (1 EA) 4.Laser Compass 561-100 Lt Green - No Serial - QYT (1 EA) 5.Laser Violet 405-100 - No Serial- QTY (1) EA 6.Lightwave Xcyte 20mW Laser (Aria) No Serial - QTY (1) EA The LSRFortess is a research grade flow cytometer equipped with 5-solid-state lasers and related optics which can simultaneously detect 18 different fluorochromes. The LSRFortessa is controlled by BD FACSDiva Software v7.0 which is run on a Windows based workstation. The services on the LSRFortess must be performed by BD Biosciences Service Engineers who are certified to provide the necessary maintenance and or repair on the LSRFortess. The service agreement is needed which shall include preventative maintenance, unlimited priority emergency repair service and unlimited technical support over the phone for all hardware and software problems pertaining to the BD LSRFortessa. It is crucial to have regular maintenance to ensure that the flow cytometer functions properly and to have a priority status for emergency repairs. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations however, all responses received, within ten calendar days from the date of publication of this synopsis will be considered by the Government. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far. Interested vendors with the capability of providing the government the needed services specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Vendor shall/must be able to perform/provide at a minimum fifty-one percent (51%) of the actual services/parts needed under this service agreement. Quotations will be due ten (10) calendar days from the publication date of this synopsis or by May 22, 2015 by 10:00 am EST., via email or postal mail or other mailing services. The quotation must reference "Solicitation number" NICHD-15-046. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5C01, Bethesda, MD 20852. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-15-046 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the SAM database @WWW.SAM.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD-15-046/listing.html)
 
Place of Performance
Address: C.S. Mott Center/Wayne State University Campus, Detriot, Michigan, 48201, United States
Zip Code: 48201
 
Record
SN03729627-W 20150515/150513234821-5bc9efb42b479b22eb77e1566692e12f (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.