SPECIAL NOTICE
66 -- Premium Service Agreement for four (4) confocal imaging systems
- Notice Date
- 10/22/2018
- Notice Type
- Special Notice
- 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
- HHSN-NIH-NIDA-SSSA-19-000001
- Archive Date
- 11/21/2018
- Point of Contact
- Andrea TE King, Phone: 3018275245
- E-Mail Address
-
andrea.king@nih.gov
(andrea.king@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 Institute on Drug Abuse (NIDA), Office of Acquisitions, Contracts Management Branch Red, NINDS Section on behalf of the National Institute of Neurological Disorder and Stroke intends to negotiate and award a contract for Premium Service Agreement for four (4) confocal imaging systems. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 - Other Electronic Precision Equipment Repair and Maintenance 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 June 15, 2018. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 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 Project Description Project Title: Premium Service Agreement for four (4) confocal imaging systems. General Requirements 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 the Statement of Work below: • One (1) preventative maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit. Full system coverage shall include LSM system and all components, repairs, software upgrades and emergency support. Specific Requirements In keeping with the General requirements above, the contractor will: Model LSM880 S/N 2811000217 Consisting of: 1 each Protect advanced LSM 880 (3 ch.) 1 each Protect advanced Research Microscope mot 1 each Protect Advanced NLO Coupling 1 each Protect advanced 405/440nm CW Laser Model LSM880/Axio Observer 7 S/N 2850000165 Consisting of: 1 each Potect Premium Research Microscope mot 1 each Protect premium LSM 880 (34 Ch.) 1 each Protect premium Airyscan 1 each Protect premium 405/440nm CW laser Model LSM880/Axio Observer Z1 S/N 2811000218 Consisting of: 1 each Protect Premium LSM 880 (3 ch.) 1 each Protect premium Research Microscope mot 1 each Protect Premium Airyscan 1 each Protect premium NLO Coupling 1 each Protect premium 405/440nm CW Laser Model LSM880 S/N 2802000224 Consisting of: 1 each Protect premium LSM 880 (34 ch.) 1 each Protect premium Research Micrsoscope mot 1 each Protect premium 405/440nm CW Laser • Contract shall include One (1) preventative maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit. • 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 emeregency 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. • Personnel Qualifications: The contractor will be responsible for ensuring that the personnel assigned for service have the technical competence required to complete the service within a reasonable time and retain the highest professional expertise through on-going Zeiss refresh trainings and Zeiss manufacturer technical courses. • Level of Effort: All Field Service Engineers shall have completed the required training and be certified by the manufacturer. Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. Purpose and Objectives The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Carl Zeiss Microscopy. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Carl Zeiss Microscopy LSM880, and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts. Preventive maintenance service for a base year and 4 option years for the following microscopes located at the National Institutes of Health in Bethesda, MD: Model S/N Location LSM880 2811000217 Building 35, Rm. 3C-404 LSM880/Axio Observer 7 2850000165 Building 35, Rm. 2A-410 LSM880/Axio Observer Z1 2811000218 Building 35, Rm. 2B-706 LSM880 2802000224 Building 35, Rm. 2C-403 Period of Performance The period of performance will consist of one base year as specified below: Base Year: 12/01/2018-11/30/2019 Option Year 1: 12/01/2019-11/30/2020 Option Year 2: 12/01/2020-11/30/2021 Option Year 3: 12/01/2021-11/30/2022 Option Year 4: 12/01/2022-11/30/2023 Sole Source Justification Carl Zeiss Microscopy, LLC. is the only contractor who has manufacturer-trained and certified technicians to maintain and upgrade their patented and proprietary software and hardware. They are the only firm who can provide updates to their scientific equipment and software. They are the only firm who manufactures and certifies replacement parts for this equipment. All required parts and supplies for this equipment must be purchased from Carl Zeiss Microsystems, Inc. Replacement parts oraccessories must be compatible with the existing system. All manufacturer training is provided for Carl Zeiss engineers only and they do not allow third-party vendors to provide preventive maintenance nor emergency repair services on their equipment. 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 or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The technical proposal must include CV information for proposed Key Personnel that meet the minimum requirements specified above. 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 ¬11/06/2018 at 5PM Eastern Time and must reference number HHS-NIH-NIDA-SSSA-19-000001. Responses must be submitted electronically to Andrea King, andrea.king@nih.gov, and must reference the solicitation number HHS-NIH-NIDA-SSSA-19-000001, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHSN-NIH-NIDA-SSSA-19-000001/listing.html)
- Record
- SN05131388-W 20181024/181022230633-d4081fcd96b427af84095665dfe00552 (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 |