Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

J -- Tecan service contract for ADME bioanalytical group in TRND biology.

Notice Date
8/21/2018
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800481
 
Archive Date
9/8/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) intends to award a purchase order to Tecan U.S., Inc. for a service contract to cover two installed Tecan Freedom EVO 200 lab robots and the INFINITE 200 PRO plate reader in the ADME laboratory. Tecan is the sole provider of authorized parts and trained service personnel for this equipment. Tecan does not allow third party vendors to purchase their parts or perform any authorized service on their equipment. The software and hardware configurations are proprietary. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard of $20.5 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-99, dated July 16, 2018. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of the NIH Therapeutics for Rare and Neglected Diseases program (TRND) is to develop new candidate drugs for individuals with rare and neglected diseases. TRND activities will build upon the NIH Roadmap to accomplish its goals including the successes of NCATS. Our group facilitates drug discovery from the basic research lab to the pre-clinical stage. In doing so, TRND will help bridge the wide gaps in time and resources that often exist between basic research and clinical testing of new drugs. NCATS needs this service contract to cover two installed Tecan Freedom EVO 200 lab robots and the INFINITE 200 PRO plate reader in the ADME laboratory. Project Description The Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the following: • One scheduled preventive maintenance visit per year including: o Cleaning and greasing; o Wear & tear parts (these typically include, but are not limited to, valves, syringes, tips, tip assemblies, and tubing); o Adjustments; o Instrument specific tests as outlined in the manufacturer's Service Manual; o Service report; and o Travel costs and labor. • On-site repairs of instrument failure including: o Spare parts as required; o Travel costs and labor; and o Service report. • Update installations at the time of scheduled preventive maintenance visits (released for use on the instrument and at the discretion of the manufacturer are required to be installed on the instrument to maintain reliability, usability and/or safety; upgrades are not included). This includes: o Essential Hardware updates; o Essential Firmware updates; and o Essential Software updates. • Telephone support between 08:00 AM and 05:00 PM Monday through Friday "local time," excluding statutory holidays. • All services to be performed by original equipment manufacturer (OEM) certified field service engineers or application specialists. • General response time within 48 hours. • Depot repair in case of instrument failure including: o Function check & error analysis; o Calibrations & adjustments; o Spare parts as required; o All labor costs; o Shipping documents and Tecan outbound shipment cost; and o Service report. o Loaner instrument, as available, in the instance that the instrument should need to be sent in for repairs. Loaner is shipped UPS next day. Period of Performance September 27, 2018 through September 26, 2018. CLOSING STATEMENT 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 solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate for each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Responses to this notice must include sufficient information to establish the interested parties' bona fide capabilities of providing the product or service. The price quote shall include: total price, delivery date after receipt of order, and any other information or factors that may be considered in the award decision. Such factors may include: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance (see FAR 15.304). Technical and past performance, when combined, are significantly more important than cost or price. 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." 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 5:00 PM Eastern Time, Friday, August 24, 2018, and reference number NIHDA201800481. Responses must be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Faxed responses will not be accepted. Contracting Office Address: 6001 Executive Blvd Room 3287, MSC 9534 Bethesda, MD 20892-9534 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/NIDA-01/NIHDA201800481/listing.html)
 
Record
SN05048937-W 20180823/180821231645-aaccfe0b65c3c0b90e97c35869700e6c (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.