SPECIAL NOTICE
66 -- Repairs and Preventive Maintenance for Government-Owned 2017 BD Biosciences Influx 24 parameter cell sorter SN: X64650000135
- Notice Date
- 8/26/2020 7:10:08 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N91020Q00156
- Response Due
- 9/3/2020 9:00:00 AM
- Archive Date
- 09/18/2020
- Point of Contact
- William Neal, Phone: 2402765433, Reyes Rodriguez, Phone: 2402765442
- E-Mail Address
-
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
- Description
- Title: �Repairs and Preventive Maintenance for Government-Owned 2017 BD Biosciences Influx � 24 parameter cell sorter SN: X64650000135 Document Type:� � � � � � � Special Notice Solicitation Number: ����75N91020Q00156 Posted Date:� � � � � � � � � � � �08/26/2020 Response Date:���� ������������09/03/2020 Classification Code:� 6640 � LABORATORY EQUIPMENT AND SUPPLIES������������������������ �NAICS Code:� 811219 � Other Electronic and Precision Equipment Repair and Maintenance ($22,000,000) other than small business.������ Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD� 20892, UNITED STATES. Description: The National Institute of Health (NIH) National Cancer Institute (NCI), Center for Cancer Research (CCR), and the �Experimental Transplantation and Immunology Branch (ETIB) Flow Facility currently possesses a 2017 BD Biosciences Influx 24 parameter cell sorter SN: X64650000135 for physical separation of a wide variety of cell types required by our investigators.� This instrument receives heavy use by both Branch and outside CCR investigators (>40 hours/week.�� Since this is a relatively new instrument and laser configuration, service contract coverage by the original manufacturer is essential.� Of particular importance is the hybrid analog-digital data acquisition electronics, which is completely proprietary and is not accessible either in parts or firmware support to service personnel outside BD Biosciences.� Failure of a selected company to have expertise in this system will result in inadequate support of the system. This purchase is from Becton, Dickinson Company located at 2350 QUME DR, SAN JOSE, CA, 95131-181, UNITED STATES The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-(b)(2) and 13.501-(a)(1)(i) using simplified acquisition procedures for commercial acquisitions and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 � Analytical Laboratory Instrument Manufacturing (1000 employees). This will be awarded as a severable firm fixed price type contract It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The NCI Experimental Transplantation and Immunology Branch Flow Cytometry Core Facility provide essential optical biology services to the Branch and to other investigators in the NCI and NIH.� The core is committed to maintaining an up-to-date array of instrumentation for its investigators. The ETIB Flow Core currently possesses a 2017 BD Biosciences Influx 24 parameter cell sorter SN: X64650000135 for physical separation of a wide variety of cell types required by our investigators.� This instrument receives heavy use by both Branch and outside CCR investigators (>40 hours/week).�� Since this instrument has multiple lasers and is heavily used for time-sensitive projects, service contract coverage by the original manufacturer is essential.� Of particular importance is the hybrid analog-digital data acquisition electronics, which is completely proprietary and is not accessible either in parts or firmware support to service personnel outside BD Biosciences.� Failure of a selected company to have expertise in this system will result in inadequate support of the system. PRODUCT SPECIFICATIONS/SALIENT CHARACTERISTICS PREVENTIVE MAINTENANCE� The Contractor shall perform one planned preventive maintenance during the contract period for government-owned 2017 BD Biosciences Influx 24 parameter cell sorter SN: X64650000135. Technically qualified factory-trained personnel shall perform Service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer�s latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. All maintenance services shall be performed in accordance with the manufacturer�s standard commercial maintenance practices. Lasers, detectors, electronics and fluidic components will be covered by this service contract. The contractor shall provide Software Service in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. � � �2.� �EMERGENCY SERVICE The ETIB Flow Facility currently possesses a 2017 BD Biosciences Influx 24 parameter cell sorter SN: X64650000135is cell sorter receives heavy use by both Branch and outside CCR investigators (>40 hours/week) for multiple research and preclinical applications. Since this instrument has multiple laser sources and is a high-dimensional cytometer, service contract coverage by the original manufacturer is essential. Failure of a selected company to have expertise in this system will result in inadequate support of the system. OEM support is essential for this mission-critical instrument. Of equal importance is rapid service response (within 72 hours) and rapid access to other OEM parts associated with the instrument. This instrument receives heavy usage, and is relied upon for analysis of human patient samples, which can arrive at any time and must be analyzed promptly. As a result, service times of more than 72 hours are unacceptable for a critical instrument of this type. Equally rapid access to OEM parts is equally essential. Response times and OEM part access of greater than 72 hours are not appropriate for this instrumentation. These response times and part accessibility require a company with field service engineers that are local to the Bethesda MD area. Finally, the chosen service provider must be able to provide full computer workstation maintenance, including necessary software upgrades. Only BD Biosciences can provide this service. Failure to provide OEM computer support and replacement will not fulfill the requirements of the instrument. Contractor to provide all labor, material and equipment to provide repairs and preventive maintenance for government-owned ACEA Biosciences NovoCyte 13 color flow cytometer with plate loader. All maintenance services shall be performed in accordance with the manufacturer�s standard commercial maintenance practices. Lasers, detectors, electronics and fluidic components will be covered by this service contract. On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall provide on-site response a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. All labor and travel will be included. ����������� 3.� � � �REPLACEMENT PARTS� The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. Rapid access to OEM parts for maintenance and repair is essential. This instrument receives heavy usage and is relied upon for analysis of human patient samples, which can arrive at any time and must be analyzed promptly. Rapid OEM part accessibility requires a company with field service engineers that are local to the Bethesda MD area ad have access to certified OEM parts. � � 4.� � � �SOFTWARE UPDATES/SERVICE� The Contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. Of equal importance is rapid service response (within 72 hours) and rapid access to other OEM service associated with the instrument. This instrument receives heavy usage and is relied upon for analysis of human patient samples, which can arrive at any time and must be analyzed promptly. As a result, service times of more than 72 hours are unacceptable for a critical instrument of this type. Response times and OEM service of greater than 72 hours are not appropriate for this instrumentation. These response times and part accessibility require a company with field service engineers that are local to the Bethesda MD area. Finally, the chosen service provider must be able to provide full computer workstation maintenance, including necessary software upgrades. Only BD Biosciences can provide this service. Failure to provide OEM computer support and replacement will not fulfill the requirements of the instrument. The contractor shall provide Software Service in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. � �5.� � � �SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �6.� � � PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months from 28 September 2020 thru 27 September 2021 with four 12-month option periods. � �7.� PERSONNEL QUALIFICATIONS The contractor must employ OEM and OEN-trained service technicians specifically trained on the BD Biosciences FACSAria IIu system, and with full access to official instrument documentation and software resources. Technicians trained on other cytometer systems but not on the NovoCyte system are not acceptable. Contractor needs to use only OEM parts, firmware and software in maintaining and upgrading the system. When free upgrades or patches are available, the contractor needs to provide these as indicated by BD Biosciences. The contractor needs to provide one preventative maintenance (PM) visit per year for routine maintenance, not in response to a specific repair. PLACE OF PERFORMANCE Onsite services shall be performed at the following location:����������������������������������� NCI ETIB FACS Facility NCI-NIH Building10 Room 3-3297 East 10 Center Drive Bethesda, MD� 20892 This is a custom-made instrument manufactured by Becton Dickinson & Company.� No other source is known to be capable of manufacturing and providing an OEM warranty for this instrument. This custom-made equipment has performed at very high level since the original research on 2005, thus the proprietary software and maintenance must continue. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. � The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. �Responses must be received in the contracting office by 12:00PM EDT, on August 03, 2020.� All responses and questions must be in writing and faxed (240) 276-5433 or emailed to William Neal and Reyes Rodriguez, Contracting Officer via electronic mail at william.neal@nih.gov and reyes.rodriguez@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: 75N91020Q00156 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2075b790385e433a92ea06f68a8c1928/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05773954-F 20200828/200826230154 (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 |