Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
SOLICITATION NOTICE

J -- Maintenance, Repair & Rebuilding of Equipment / BD FACSymphony A5 Cytometers - List of Instruments and Lasers

Notice Date
12/22/2017
 
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 Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIAID-NOI-18-1884692
 
Archive Date
1/17/2018
 
Point of Contact
Tonia L Alexander, Phone: 240-669-5124
 
E-Mail Address
talexander@niaid.nih.gov
(talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
List of Instruments and Lasers The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Infectious Diseases intends to negotiate on an other than full and open competition basis with Becton, Dickinson and Co., US BDB Service Contract Administration, 2350 Qume Drive, San Jose, CA 95131 service agreement for five (5) FACSymphony A5 Flow Cytometers with twenty-five (25) various Lasers (see attached instrument list). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.501(a)(1). Only one award will be made as a result of this solicitation. This will be awarded as a firm-fixed price type of contract. Period of Performance is a base year with 2 one -year option periods. Service shall be performed in Bethesda, MD 20892. The Vaccine Research Center (VRC) requires a service agreement plan for five (5) FACSymphony A5 Flow Cytometers and twenty-five (25) various lasers that will maintain the equipment in optimal operating condition. As this instrument is in daily use, arrangements for repair and/or upgrades must be immediately available in order to prevent loss of research and to maintain continuity of experiments. The 5 Day Coverage Service Agreement consists of the following: parts, labor and travel for remedial repair, 2 Preventative Maintenance Inspections to be performed during twelve-month period, 2 PM Kits, software revisions released during the period of performance, unlimited service visits, Monday-Friday, 48 hour-guaranteed response to a request for emergency on-site service Monday-Friday. If BD fail to meet commitment, a $500 Response Time Credit will be issued, under this Agreement, Customer will be billed at the prevailing hourly rate for labor and travel for service provided on weekends and holidays, minimum 4 hours labor ad travel combined, Unlimited telephone support for instruments, reagents, and applications will be provided at no additional charge, and workstation printers are not covered. As the original equipment manufacturer (OEM) Becton, Dickinson & Co., deems necessary to maintain the equipment in accordance with their required specifications, and have trained certified engineers and parts to maintain the equipment. Becton, Dickinson & Co., does not have any 3rd Party repair sources. Any offeror that has an agreement to provide certified Becton, Dickinson Field Service Engineers shall demonstrate by providing a sign letter for the OEM informing 3rd Party vendor can perform the requested service agreement. The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 6.302-1 only one source available, no substitutions possible. THIS IS NOT A SOLICITATION FOR COMPETITIVE QUOTATIONS. All responsible sources who can provide the required service agreement may submit a response that could be considered by email (subject line to reference NIAID-NOI-18-1884692) to Tonia Alexander at talexander@niaid.nih.gov, by 3:00 pm eastern standard time Tuesday, January 2, 2018. All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above specifications described herein. All responses received by the closing date of this solicitation will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-18-1884692/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04775284-W 20171224/171222230849-14a08af6124c7952ff75c796ebb17d67 (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.