Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOLICITATION NOTICE

J -- BIO-RAD /Full Onsite Complete Support Plan for 2x QX200 AutoDG ddPCR System � BASE + 4 option years.

Notice Date
3/23/2020 7:33:57 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
20-007000
 
Response Due
4/7/2020 7:30:00 AM
 
Archive Date
04/22/2020
 
Point of Contact
Grace Wong-Darko, Phone: 3014961199
 
E-Mail Address
Grace.Wong-Darko@nih.gov
(Grace.Wong-Darko@nih.gov)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Center for Cellular Engineering (CCE), Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to: BIO-RAD LABORATORIES, INC 2000 ALFRED NOBEL DR. HERCULES, CA, 94547-1804�� UNITED STATES NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard $20.5 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2020-3, December 13, 2019. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold. 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 and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. GENERAL INFORMATION 1. Title: BIO-RAD /Full Onsite Complete Support Plan for 2x QX200 AutoDG ddPCR System � BASE + 4 option years. 2. Background Information: The Center for Cellular Engineering Service of the Clinical Center performs service contract for two sets of QX200 AutoDG ddPCR System, which are used to droplet digital PCR (ddPCR) VCN(vector copy number) detection on clinical cellular products lot release assays, and well as the new protocol development to test our gene modification efficiencies, and QC our cell selection methods. 3. Purpose or Objective: This laboratory, as per regulatory requirements, must have maintenance/service performed on all clinical laboratory equipment. It is in the government�s best interest to procure a BASE year plus 4 option years in order to cover these requirements. 4. Period of Performance: Base plus 4 Option Years estimating start date of 5/14/2020. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) 1. Requirements �QX200 AutoDG ddPCR System-1��� S/N: 771BR3558/773BR1880 QX200 AutoDG ddPCR System-2 ��S/N: 773BR2063/771BR4088 � The subject contract shall cover maintenance, support and emergency servicing for two sets of QX200 Auto DG ddPCR System located in the Center for Cellular Engineering (CCE) of the Clinical Center at NIH.� The 5-year Full On-Site Complete Support Plan is required to comply with 21CFR 211.67.� The QX200 Auto DG ddPCR Systems perform VCN (vector copy number) ddPCR (droplet digital PCR) on clinical and research cellular products in CCE. 2. Work to be performed Independently, and not as an agent of the government, the contractor shall provide necessary personnel, supplies, and services to perform the work required by this contract as set forth in the sections. 3. The contractor shall perform the following: The contractor shall provide the most popular full-service plan balancing performance, productivity, and cost to deliver confidence and peace of mind. The 1 year Full ON-SITE Complete Support Plan with continued renewable 4 option years� service on two sets of QX200 Auto DG ddPCR system, total 5 years� service plan, detailed Full on-site service agreements include below: 1 year FULL ON-SITE Complete Support Plan 1 Annual Preventive Maintenance(PM) visit included Unlimited on-site repair visits, including parts, labor and travel expenses, Includes Auto Droplet Generator and Droplet Reader Computer not covered 4. Parts/Supplies The contractor shall supply all parts and supplies needed for service and maintenance. 5. Labor and Travel The contractor shall provide all labor and travel at no additional cost for the duration of the contract. 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 notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include a technical proposal, a cost-price proposal, the period of performance, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. 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 April 7, 2020, 10:30 AM Eastern time and must reference pre-solicitation number 20-007000. Responses may be submitted electronically to Mrs. Grace Wong-Darko, Contracting Specialist at grace.wong-darko@nih.gov. Fax responses will not be accepted. ""All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.""
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/76828376e6694aa3ac9fcdcb780fba29/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05597098-F 20200325/200323230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.