Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
SOLICITATION NOTICE

J -- Maintenance, Repair & Rebuilding of Equipment / BD Cytometers and Lasers

Notice Date
10/4/2018
 
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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIAID-NOI-19-1933215
 
Archive Date
10/30/2018
 
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
The National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate on an other than full and open competition basis with Becton, Dickinson and Co., 2350 Qume Drive, San Jose, CA 95131 service agreement for LSRFortessa X-20 SORP - serial #R656385165, High Throughput Sampler - serial #U64770161190, and FACS Flow Supply System - serial #N3492775086, which includes five (5) lasers. 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 October 24, 2018 - October 23, 2019. Service shall be performed in Rockville, MD 20852. The Laboratory of Immunogenetics requires a service agreement plan for LSRFortessa X-20 SORP, High Throughput Sampler and FACS Flow Supply System, which includes five (5) lasers that will maintain the equipment in optimal operating condition. As these instruments are 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 requested coverage of the Service Agreement consists of the following: parts, labor and travel for remedial repair, 2 Preventative Maintenance Inspections to be performed during twelve-month period of performance, 2 PM Kits, software revisions released during the period of performance, unlimited service visits, Monday-Friday, unlimited telephone support for instruments, reagents, and applications are provided at no additional charge, and respond within 48-hours to a request for emergency on-site service Monday-Friday. The coverage for the High Throughput Sampler service agreement consists of the following: Depot Level Repair between BD Biosciences Repair Center, San Jose, CA and Customer, 1 Preventative Maintenance Inspection to be performed during the twelve-month period of performance, 1 PM Kit, an emergency replacement will be provided within two (2) working days, unlimited telephone support for instruments, reagents and applications will be provided at no additional charge, and BD Biosciences will assume all cost associated with labor, shipping and parts, excluding consumables items. The coverage for the FACS Flow Supply System service agreement consists of the following: parts, labor and travel for remedial repair, Unlimited service visits, Monday-Friday, and Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge. 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 recognize nor authorize any 3rd party repair sources. Any offeror that has an agreement to provide certified Becton, Dickinson Field Service Engineers shall demonstrate by providing a signed letter from the OEM confirming that the 3rd party vendor is authorized to 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-19-1933215) to Tonia Alexander at talexander@niaid.nih.gov, by 1:00 pm eastern standard time Monday, October 15, 2018. All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if the vendor can meet the above specifications described. 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-19-1933215/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN05115932-W 20181006/181004230901-0bf12d66a7b7647e1a75960b220e7930 (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.