Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
SOLICITATION NOTICE

66 -- Siemens�s AUWi Pro System rental, reagents, consumables, warranty, repair or replacement, training.

Notice Date
7/22/2020 12:13:30 PM
 
Notice Type
Presolicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
20-007559
 
Response Due
7/27/2020 12:00:00 PM
 
Archive Date
08/11/2020
 
Point of Contact
Christopher Lauver, Barbara Taylor, Phone: 3015945915
 
E-Mail Address
christopher.lauver@nih.gov, taylorb@cc.nih.gov
(christopher.lauver@nih.gov, taylorb@cc.nih.gov)
 
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 Department of Laboratory Medicine (DLM), 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: Siemens Healthcare Diagnostics, Inc. 115 Norwood Park S� Norwood, MA, 02062-4633,�� UNITED STATES NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE �The intended procurement is classified under NAICS code 325413 with a Size Standard 1250 employees. �REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2020-7, July 2, 2020.� 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: Siemens�s AUWi Pro System rental, reagents, consumables, warranty, repair or replacement, training. 2. Background Information: The National Institutes of Health Clinical Research Center (CRC) is a 240-bed hospital dedicated entirely to research into advances in medical science and public health. The Department of Laboratory Medicine serves as the clinical laboratory of the CRC. The DLM provides laboratory support for patient care and research protocols on a 24 hour basis. The clinical research applications place a high demand for analytical accuracy and precision and the volume of testing per patient is higher than routine clinical practice. The CRC requires rapid turn around times for many specimen results. 3. Period of Performance:� 1 Year with 1 additional Option Period of 1 Year beginning on or around 08/01/2020. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) 1 year (with 1 additional Option Period of 1 Year) Rental/Reagent Agreement for a Siemens�s AUWi Pro System including rental, reagents, and consumables, shipping, installation, quality control, and warranty repair and/or replacement. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This is a requirement for a rental reagent agreement. The equipment and reagents are only available from one known source, which is the only FDA approved instrument available that offers the fluorescent flow cytometry technology for urine. This technology enhances the detection of bacteria and also eliminates common crystal inferences. This is a continuation of supplies and services for existing equipment. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research. �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 July 27, 2020, 3:00 PM Eastern time and must reference pre-solicitation number 20-007559 Responses may be submitted electronically to Mr. Christopher Lauver, Contracting Specialist at christopher.lauver@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/52d7b73138e94261975cad769d5729be/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05729898-F 20200724/200722230147 (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.