SOLICITATION NOTICE
66 -- Peggy Sue Service Contract
- Notice Date
- 1/15/2016
- 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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC62526-61
- Archive Date
- 2/13/2016
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, ninans@mail.nih.gov
(ELLIOTTK@MAIL.NIH.GOV, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI), Cancer Center Research (CCR), Collaborative Protein Technology Resource (CPTR) plans to procure on a sole source basis maintenance service for two government owned Peggy Sue systems, s/n SW-0108 AND SW-0111 with ProteinSimple, 3001 Orchard Parkway, San Jose, CA 95134. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The North American Industry Classification System code is 811219 and the business size standard is $19M. Period of performance is for ten (10) months of Platinum Field Support for Peggy SN SW-0108 and SW-0111. It has been determined that there is no opportunity to acquire green products or services under this contract. The Collaborative Protein Technology Resource is a core facility which provides cutting-edge proteomic services to the CCR and NIH community. CPTR is in need of upgrading two of the Peggy Sue instruments S/N MV-0108 and MV-0111. The Peggy systems are currently being used for basic and translational research studies and are used for nanoscale quantitative proteomics assessment, quantitative dissection of cell signaling events, biomarker development, therapeutic target identification, and proteomic analysis of clinical specimens. These instruments are in daily use and are one of the primary research tools in the core facility. Many experiments, if unable to be run on the instrument as scheduled, cannot be rescued, particularly patient samples from the clinical center. These samples are very precious and are unfortunately impossible to rerun after an instrument failure. Maintaining these instruments in their optimal condition is essential to the work CPTR does and for the services CPTR provides to the NIH/NCI/CCR community. It is also critical that CPTR receives quick response time, unlimited technical and software updates and support. ProteinSimple is the patent holder of this proprietary technology; in addition, they are the only company that can provide the CPTR facility with unlimited technical and software support including software updates. Contractor shall provide: 1) all labor, material and equipment necessary to provide repair service for two (2) government-owned Peggy Sue capillary based immunoassay instruments, S/N MV-0108 and MV-0111; 2) the purchase price shall include software updates as needed; 3) and all maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. EMERGENCY SERVICE: Emergency repair service shall be provided on an unlimited basis during the term of this contract. Emergency service shall be provided between 9:00 am and 5:00 pm Monday through Friday excluding Federal holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a 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. REPLACEMENT PARTS: The contractor shall furnish all required replacement parts at no additional cost to the Government. Parts shall be new or remanufactured to original equipment specifications. SOFTWARE UPDATES/SERVICE: In the event of software updates, 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. This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00 AM EST on January 29, 2016. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at Elliottk@mail.nih.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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC62526-61 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62526-61/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03993473-W 20160117/160115233827-d7b4048e4f3eb3ccd45aa50be2d7e818 (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 |