Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOLICITATION NOTICE

J -- Comprehensive Service Agreement for three (3) MultiTasker Fully Custom Robotic Systems

Notice Date
5/22/2018
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
NIHDA201800218
 
Archive Date
6/9/2018
 
Point of Contact
Donna Morris, Phone: 301-496-2076
 
E-Mail Address
donna.morris@nih.gov
(donna.morris@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE Announcement Number: NIHDA201800218 Date Notice Posted: May 22, 2018 Date Solicitation Issued: May 22, 2018 Date Responses Due: May 25, 2018 Proposed Award Date: June 1, 2018 Project Title: Comprehensive Service Agreement for three (3) MultiTasker Fully Custom Robotic Systems. Contracting Office: Department of Health and Human Services / National Institutes of Health / National Institute on Drug Abuse (NIDA), 6001 Executive Blvd., Rockville, MD 20852 Contact Points: Contracting Officer: Donna Morris, Room 3154, 301-496-2076, donna.morris@nih.gov Contracting Officer: Jeffrey Schmidt, Room 3156, 301-402-1488, jeffrey.schmidt@nih.gov Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-98 / 05-01-2018. North American Classification System (NAICS) Code: The intended procurement is classified under NAICS code 334516 - Analytical Laboratory Instrument Manufacturing with a Size Standard of 1,000 employees. Set-aside Status: Small Business set-aside restriction is applicable Competition Status: This requirement is posted as non-competitive Non-Competitive (Single-sole Source (Including brand-name)) Determination: This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Sirius Automation Group, Inc. located at 318 W. Half Day Road, Buffalo Grove, IL 60089. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted specifically producing no other sources of supply or service capable of achieving this Government requirement and that the Contractor must be an OEM authorized service provider and be able to provide OEM certified service technicians. Description of Requirement: The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) currently has three Sirius MultiTasker Fully Custom Robotic Systems (S/N's #03192012, 06130704A & 81682337). Maintenance on this equipment is essential to ensure its continued use. The Robots have been integrated into NCATS laboratory protocols. The software is compatible & interweave with ‘SMART'® Process MultiUser Drug Discovery Laboratory Notebook. This patented software controls sample analysis and data handling and storage. The successful integration of the Sirius Robots with the S.M.A.R.T. Software has led to a significant increase in productivity. A service agreement is needed to maintain the units in factory working condition. This is a must in order to keep up with the increased productivity of the lab and to allow us to run duplicate protocols at the same time using these systems. The essential characteristics of the service agreement for MultiTasker Fully Custom Robotic Systems that limit the availability to a sole source are Sirius Automation is the sole proprietor of maintenance agreements for their equipment. Only this suggested source can furnish the requirements, to the exclusion of other sources, because the Contractor must be an OEM authorized service provider and be able to provide OEM certified service technicians. Period of Performance: The period of performance will consist of one base year and one additional option year as specified below: Base Year: June 1, 2018 - May 31, 2019 Option Year 1: June 1, 2019 - May 31, 2020 Summary Statement: This notice is NOT a request for competitive proposals or quotations. It is anticipated that a solicitation will be issued on or about May 22, 2018. Interested parties may request a copy of the solicitation or identify their interest and capability by contacting the Contracting Officer specified in this announcement. All responses must be received by Friday, May 25, 2018 at 12:00 noon Eastern Time. Responses must be submitted electronically to Donna Morris, donna.morris@nih.gov, and must reference the solicitation number NIHDA-2018-00218, on your electronic request. FAX requests are not accepted. 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 respondents must have an active registration in the System for Award Management (SAM) www.sam.gov. Closing Statement: "All responsible sources may submit response which, if timely received, must be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800218/listing.html)
 
Place of Performance
Address: Rockville, Maryland, United States
 
Record
SN04931046-W 20180524/180522231055-c8c7d04db6633e7e547f47a8ee9c7c03 (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.