Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOLICITATION NOTICE

J -- Maintenance Support Services for Cell-Based Robotic Assay System Equipment

Notice Date
7/24/2015
 
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-15-655
 
Archive Date
8/18/2015
 
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
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 purchase order to Thermo CRS Ltd., a division of Thermo Fisher, for Maintenance Support Services for Cell-Based Robotic Assay System 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) 05-83 dated July 2, 2015. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1. DESCRIPTION OF REQUIREMENT Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH) and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Neuro Therapeutics Development Unit, as part of the NINDS Translational Neuroscience Center, provides a resource for investigators at NINDS and other NIH institutes to develop neuroprotective and neuroregenerative therapeutic entities. A significant part of this work includes development of cell-based assays to identify, evaluate and characterize potential agents as possible treatments for neurological disorders. This work is performed using cell-based robotic assay systems which require maintenance support for continued full function. Purpose and Objectives The purpose of this requirement is to provide the NINDS Neuro Therapeutics Development Unit with maintenance support services for its Thermo CRS Ltd. Cell-based Robotic Assay System. Please note that this system is proprietary to its original equipment manufacturer (OEM) and, therefore, service may only be provided by the OEM to ensure equipment full function and continued validity of equipment warranties. Project Description The Contractor shall provide maintenance support services for one (1) Thermo CRS Ltd. Cell-based Robotic Assay System (Major Component ID Nos. LOR1125 and LOR14252-11) and its following hardware and software: 1. Robot Arm Only, F3, RAF0816361 2. Robot Controller Only, F3/F3T, RCF0811387 3. Servo Gripper, F3, 65mm v7, SG70811787 4. Lid Park Complete, Landscape, NA, LPK0820059 5. Device, RocketPort 16 6. Multi-PC Setup Kit 7. BarCode Reader, Microscan MS-3 8. Power Distribution on Tables 9. Cytomat 2, 2C4, +4,-10, 120V S/N 40844446 10. GPSYS IOBox Robot System w/Estop 11. Dell Automation PC w/4x Serial 12. Three (3) UPS, APC Smart 115V The Contractor shall also provide software maintenance coverage for Momentum, Single Mover, and Momentum, Concurrent Interface (7 concurrent licenses) associated with the above detailed equipment. The maintenance support services shall include coverage of all parts, labor and travel expensive, unlimited troubleshoot, three hour telephone and email responses and 72 hour on-site service responses. The services shall also include one preventative maintenance visits and unlimited diagnostic telephone and email support and emergency visits. Delivery Requirements/Period of Performance The required period of performance is one (1) calendar year plus three one-year option periods. Applicable Terms and Conditions FAR Clause 52.213-4 Terms and Conditions - Simplified Acquisitions (May 2015) shall be applicable. 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 Thermo is capable of providing the necessary maintenance support service because the equipment requiring maintenance is proprietary to this company, the original equipment manufacturer. Thermo does not authorize any other contractors to perform this work and has provided a sole source letter to formally confirm this. Additional market research, including posting of a sources sought notice, further verifies this. Use of any other contractor would jeopardize system functionality. This equipment is used for research purposes and non-functional equipment or inappropriately calibrated equipment would void data standardization and irreparably damage NINDS CBBU research data. For these reasons, Thermo is the only contractor capable of meeting the needs of this requirement. 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-15-655/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03810560-W 20150726/150724235929-b4d975bcbc1769fcd726c1ef27eaa31b (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.