Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

J -- MicroMax 007 HF Maintenance

Notice Date
8/27/2015
 
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
NHLBI-CSB-HL-2015-174-JML
 
Archive Date
9/15/2015
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Rigaku Americas Corporation, 9009 New Trails Drive, The Woodlands, TX 77381-5209 to provide maintenance services on the MicroMax 007 HF equipment located in the NHLBI Division of Intramural Research (DIR) in accordance with the following information. BACKGROUND The MicroMax 007 HF instrument was purchased from Rigaku Americas Corporation in August 2010 and has been serviced by the manufacturer through a one year-maintenance agreement. This maintenance contract renewal is needed because of the unique technical capabilities of Rigaku, their unique access to necessary parts, and the compatibility with equipment that pre-exists in the NHLBI / DIR. X-ray crystallography is the most powerful technology for visualizing the structure of biological macromolecules (proteins and nucleic acids) at atomic resolution. The laboratory relies heavily on X-ray crystallography to analyze the structures of proteins and nucleic acids involved in health and disease, and employs the "in house" X-ray crystallography located in Building 50 of the NIH complex in Bethesda, Maryland. Macromolecular crystallography requires the generation of high intensity X-rays, their collimation using X-ray optics, the collection of diffracted X-rays from crystalline samples of the macromolecules of interest, and the preservation of these crystals at liquid nitrogen temperatures while being irradiated by X-rays. These procedures require highly sophisticated instrumentation that cannot be maintained by in-house staff, or generic laboratory instrument service providers. PURPOSE The purpose of this acquisition is for a contractor to provide a one year maintenance agreement on the MicroMax 007 HF instrument. The coverage shall include all parts, labor, and consumables for the following hardware: -MicroMax 007 HF -R-AXIS IV ++ -VariMax-HF Confocal -PT-60 X-Stream 2000 -Structure Studio / d*TREK Software Support PERIOD OF PERFORMANCE The period of performance will be September 1, 2015 through August 31, 2016. JUSTIFICATION The sole source determination is based on the fact that Rigaku Americas Corporation is the manufacturer of this equipment and only the manufacturer is authorized to provide repairs / maintenance. If a third party were to provide maintenance, it would immediately void any warranties. Replacement parts must be compatible with existing equipment and can only be provided by the manufacturer. 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 (for purchases not exceeding the simplified acquisition threshold), and only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION The North American Industry Classification System (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard is $20.5M. This 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 award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-83 (August 5, 2015). 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 31, 2015 at 9:00am EST and must reference synopsis number NHLBI-CSB-(HL)-2015-174-JML. Responses shall be submitted to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, Maryland 20892-7902, Attention: Jonathan M. Lear. Responses may be submitted electronically to john.lear@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/NHLBI-CSB-HL-2015-174-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03859798-W 20150829/150828000405-d243c5029144db419233752544ae865f (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.