Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

J -- Preventative Maintenance Service for Scan Module LSM 880 Microscope S/N 2802000272

Notice Date
12/21/2017
 
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, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA(AG)-PSOL-18-015
 
Archive Date
1/13/2018
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Service Contract HHS-NIH-NIDA(AG)-PSOL-18-015 INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(AG)-NOI-18-015 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Carl Zeiss Microscopy, LLC 1 Zeiss Drive Thornwood, NY 10594-1939. ACQUISITION AUTHORITY: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide a service contract for the The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated November 2017. CONTRACT TYPE: The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The associated NAICS code for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance, size standard $20.5 dollars. BACKGROUND: The TSDBU employs single-cell analysis of transcription factor dynamics and gene-expression as a model to study fundamental cellular biology and the function of the immune system in health, aging, and disease. The Zeiss LSM880 confocal microscope (serial # 2802000272) with Airyscan detector in the lab is a critical component utilized to carry out the lab's mission with respect to single-cell analysis. This unit was established in late 2015. At that time, the LSM880 was under a 2-year warranty. The warranty is expiring in early 2018. PURPOSE AND OBJECTIVES: The purpose of this acquisition is to obtain preventative maintenance service for Scan Module LSM 880 Microscope S/N 2802000272. SCOPE OF WORK: •Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform preventative maintenance and technical support on the Carl Zeiss Scanning Module LSM880, S/N 2802000272. This instrument is located at the Biomedical Research Center (BRC) 251 Bayview Blvd. Room 1B215 Baltimore, MD 21224. •The contractor shall perform one (1) Preventive Maintenance Inspections during the twelve-month period. Preventive Maintenance will be performed by a Zeiss certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. •The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. •Emergency Service: Scheduled and emergency services shall be performed Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m. excluding Federal Holidays: New Year's Day, Martin Luther King, Jr. Day, Memorial Day, July 4th Holiday, Labor Day, Thanksgiving Holiday, Christmas Eve and Christmas Day •Contractor shall cover all travel and associate expenses to perform emergency repairs on site. •Replacement parts: Contractor shall furnish all required Zeiss certified replacement parts at no additional cost to the Government. •Software Updates/Service: Contractor will provide free of charge any revisions to Zeiss software during the Agreement term. •Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 ANTICPATED PERIOD OF PERFORMANCE: Base Year:1/15/2017 to 1/14/2019 Option Year 1:1/15/2019 to 1/14/2020 Option Year 2: 1/15/2020 to 1/14/2021 Option Year 3: 1/15/2021 to 1/14/2022 GOVERNMENT RESPONSIBILITIES: NIA will provide access to the units needing repair during normal business hours as needed. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by December 29, 2017 at 11:00 am, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA(AG)-PSOL-18-015. Responses may be submitted electronically to jermaine.duncan@nih.gov. Fax and mail responses will not be accepted. For information regarding this solicitation, contact Jermaine Duncan by email at jermaine.duncan@nih.gov or by phone at (301) 827-7515.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-PSOL-18-015/listing.html)
 
Record
SN04774001-W 20171223/171221231447-9d30c6adbe5849a2283fa3d5cb44ecd3 (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.