SOLICITATION NOTICE
66 -- Rental Reagent Agreement for the Diasorin XL.
- Notice Date
- 8/13/2020 10:03:19 AM
- 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
- 20-011606
- Response Due
- 8/20/2020 12:00:00 PM
- Archive Date
- 09/04/2020
- 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: Diasorin Inc. 1951 Northwestern Ave� Stillwater, MN, 55082-7536,�� 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, August 3, 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-SimplifiedAcquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. GENERAL INFORMATION 1. Title: Rental Reagent Agreement for the Diasorin XL. 2. Background Information: The Department of Laboratory Medicine provides state-of-the-art laboratory testing in support of Clinical Center patient care and will serve as a center of excellence in research and training in laboratory medicine.� This current platform of chemiluminescence test methodologies in the Chemistry department continues to meet the needs of the service for Immunoassay testing. In order to support the demands derived from patient care and research testing, we must have enough resources on hand to support the workload requests.� Without an adequate supply of the necessary proprietary reagent kits and supplies, we would not be able to provide critical Immunoassay results in a timely and usable manner. 3. Purpose or Objective: Approval of a purchase order for the DiaSorin Liaison XL instrument, preventive maintenance, reagent kits, quality control materials, and instrument supplies the Chemistry Service would be beneficial for the overall workload efficiency. These instrument supplies are designated for use on this instrument system and are important for analyzing patient care and research protocol specimens in the Immunoassay section of the Department of Laboratory Medicine. This system will allow the Department of Laboratory Medicine to provide continuous, consistent results with test methodologies we currently use to provide quality and accuracy of results for patient care testing and research protocols. Moreover, because some research protocols extend over several years, it is very important for laboratory values to remain consistent through the same testing methodologies and similar instrumentation. The DiaSorin has proven reliability for immunoassay methods. Our laboratory can incorporate specialty and chemistry testing into routine workloads improving productivity and efficiency.� The system is acceptable for running the various assays.� The reagent kit supplies have been validated for patient care testing and FDA approved for this instrument system. Any non-FDA approved supplies or systems could cause the cancellation of patient care testing or delays in completion of various protocols. 4. Period of Performance:� 08/26/2020 � 08/25/2021. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) The contractor will supply reagents and supplies for the following tests for the DiaSorin Liaison XL platform: 1,25 Dihydroxyvitamin D, Vitamin D, Aldosterone, CMV, EBV, VZV, and Measles The Contractor shall provide all the necessary laboratory components for sample testing. The Contractor shall deliver and install all software upgrades and hardware components for the proposed analyzer as well as provide all performance verification statistical analyses. The Contractor shall provide telephone support Monday through Friday 24/7 for software and hardware troubleshooting as well as emergency on-site service within 24 hours of notification by DLM for software and hardware failures that affect patient care, and scheduled routine on-site service for vendor-performed periodic maintenance. The Contractor will provide the required preventative maintenance by an approved DiaSorin Diagnostics engineer as recommended by the manufacturer. The Contractor shall deliver and install all necessary operational software. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This is a requirement for a rental reagent agreement from the manufacturer of the 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 August 20, 2020, 3:00 PM Eastern time and must reference pre-solicitation number 20-011606. 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/479f68c7bac5414cab671219067c400c/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05757319-F 20200815/200813230203 (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 |