SOLICITATION NOTICE
J -- LSR Fortessa Flow Cytometer Analyzer Maintenance
- Notice Date
- 1/4/2017
- 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-2017-064-JML
- Archive Date
- 1/26/2017
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION 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 BD Biosciences, 2350 Qume Drive, San Jose, CA 95131 to provide maintenance services on the LSR Fortessa Flow Cytometer Analyzer located in the NHLBI Division of Intramural Research (DIR) in accordance with the following information. BACKGROUND The mission of the Flow Cytometry Laboratory in the Hematology Branch is to provide state of the art analysis and sorting of cells using flow cytometry. It is necessary for the ongoing research in the field of hematology. It is especially important that the lab is always able to provide the flow cytometry analysis services in a timely manner in order to prevent any delays of important projects for the numerous clinical sections of the branch. PURPOSE This is a new maintenance agreement to cover the BD Biosciences Fortessa analyzer. For optimal results in identifying cell populations determined by using lasers, and the highly complex and sensitive electronics of the BD Fortessa analyzer, the laboratory must have specially trained engineers from BD Biosciences, the manufacturer of the BD Fortessa, for service and routine timely maintenance to ensure the least amount of downtime of the analyzer. A maintenance agreement must provide phone service and prompt service calls by the highly qualified BD engineers, to maximize the uptime and productivity for uninterrupted service. TASKS TO BE PERFORMED The maintenance agreement covers the following services: -Two (2) preventative maintenance inspections to be performed during a twelve-month period, including two (2) PM Kits; -Software revisions released during the agreement term; -Unlimited service visits, Monday-Friday, excluding holidays; -Unlimited telephone support for instruments, reagents, and applications will be provided at no additional charge; and, -Every reasonable effort will be made to respond to a request for emergency on-site service (Monday through Friday, excluding holidays) within 48 hours. PERIOD OF PERFORMANCE The period of performance will be for one (1) year. JUSTIFICATION The sole source justification is based on the fact that the BD Fortessa Flow Cytometer Analyzer (with serial number H6471700107), is a special order cytometer with specific requirements to match the other existing LSRII. The configurations, electronics, filters, etc. have been specifically matched for the purpose of cross compatibility and utility excellence for optimal cell analysis and sorting of experiments. Consistency among cytometers is absolutely necessary for experiment validation and perfection in results. This cytometer is manufactured only by BD Biosciences, and the parts and processes are proprietary. Therefore, for the best expert service it is mandatory that service is provided by BD qualified engineers. The maintenance agreement must include unlimited phone support and unlimited quick service within 24 hours, Monday-Friday, excluding holidays. The exclusive BD Biosciences software "FACSDiva" must also have complete support. Two (2) preventative maintenance visits must be provided each year. These are all specific requirements that only BD Biosciences can provide. 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. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). ADDITIONAL INFORMATION The North American Industry Classification System (NAICS) Code is 811219, Other Electronic 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) 05-93-1 (January 1, 2017). 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 January 11, 2017 at 12:00pm EST and must reference synopsis number NHLBI-CSB-HL-2017-064-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. 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-2017-064-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04362772-W 20170106/170104234249-9ff8f570d4dd31c94f3bfd9ee61cb946 (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 |