Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

J -- annual service and maintenance overhaul contract

Notice Date
9/11/2020 4:04:42 PM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-278
 
Response Due
9/15/2020 6:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Amber Harris
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@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, Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) on behalf of the on behalf of the National Institute of Digestive, Diabetes & Kidney Diseases intends to award a purchase order without providing for full and open competition (Including brand-name) to BRUKER BIOSPIN CORP for an annual service and maintenance overhaul contract. � NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard of $22.0. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) FAC 2020-07 effective August 31, 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 ($250,000). 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.� BACKGROUND The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) conducts and supports research on many of the most serious diseases affecting public health. The Institute supports much of the clinical research on the diseases of internal medicine and related subspecialty fields, as well as many basic science disciplines.� The Institute's Division of Intramural Research encompasses the broad spectrum of metabolic diseases such as diabetes, obesity, inborn errors of metabolism, endocrine disorders, mineral metabolism, digestive and liver diseases, nutrition, urology and renal disease, and hematology. Basic research studies include biochemistry, biophysics, nutrition, pathology, histochemistry, bioorganic chemistry, physical chemistry, chemical and molecular biology, and pharmacology.� NIDDK extramural research is organized into 4 divisions: Diabetes, Endocrinology, and Metabolic Diseases; Digestive Diseases and Nutrition; Kidney, Urologic, and Hematologic Diseases; and Extramural Activities. �The Institute supports basic and clinical research through investigator-initiated grants, program project and center grants, and career development and training awards. The Institute also supports research and development projects and large-scale clinical trials through contracts. ? PURPOSE AND OBJECTIVES The NMR spectrometers present in NIDDK are the key instruments of three separate sections in NIDDK (headed by Adriaan Bax and G. Marius Clore (both in the Laboratory of Chemical Physics), and Carole Bewley (Laboratory of Bioorganic Chemistry)), all focusing on the study of proteins and their relation to health and disease, with emphasis on HIV. �The NMR spectrometers in NIDDK, manufactured by Bruker Instruments, each rely on a sophisticated cryogenic probe system that is cooled by a helium driven cryostat to operate at very low temperature. �These Bruker cryoplatformsTM consist of the cooling unit that drives the actual cryogenic probeheads. �These cryoplatformsTM contain multiple pumps as well as a mechanically driven cryostat. � The objective of the research is to gain a fundamental understanding of protein structure and protein-protein as well as protein-drug interaction. �NMR spectroscopy has proven to be a powerful tool to investigate these properties, providing invaluable insights into health and disease. �Purchase of the maintenance contract is essential to keep the NMR systems operational. �This requires periodic replacement of worn-out parts as well as immediate repair in case of failure. Specifically, the NIDDK requires the following tasks: TASK AREAS: TASK AREA 1 �� The annual service and repair contract shall cover remote diagnosis of the correct functioning of 7 Bruker CryoPlatformTM systems, and repairs if needed. TASK AREA 2 �� All required service and repair shall be carried out by Bruker personnel specifically trained for this work, and work will be initiated within a period of two working days from the time that the vendor detects a system's malfunction or is notified by an NIDDK staff member of a malfunction on the equipment. �The contract shall cover all expenses associated with any needed repairs, incl travel, parts, and labor, but not the cost of cryogens and gases. TASK AREA 3 �� The CryoPlatformTM cooling system incorporates pumps and compressors that require periodic maintenance. The overhaul maintenance interval for these units is once every 10,000 operating hours corresponding to about a 12-month period. The service must be performed by a trained specialist and typically takes two days. Normally, only the life-limited items are replaced when the annual overhaul maintenance is performed. If the service interval is exceeded other parts may become damaged and an in-depth inspection and service is required. The annual maintenance overhaul (CP10K) shall be carried out by trained Bruker personnel, and be initiated within a period of one month from the time that the vendor is notified of the need for annual overhaul, and the overhaul contract shall cover all expenses associated with the CryoPlatformTM Annual Maintenance and Overhaul Description, specified below, excluding the cost of cryogens and gases. �The vendor must have a proven track record of having carried out Annual Maintenance (CP10K) overhauls of Bruker CryoPlatformTM systems. No additional costs are to be incurred as a result of this overhaul. TASK AREA 4: The one-time equipment overhauls shall be performed during scheduled visits, which accommodate the needed downtime for the overhaul. Because of the expenses involved with the cost of the Overhauling of the equipment, it is expected that this portion of the contract will be invoiced separately, after the overhauls have been performed, and the bulk expense of this portion of the contract shall be paid in a onetime, net 30 payment. The annual overhaul includes: ��� �Exchange of the primary cooling device in the CryoCooler, the 'cold head', ��� �Exchange of an adsorber in the He compressor, ��� �Oil exchange in the vacuum pump, ��� �Greasing or exchange of the vacuum turbopump bearings, ��� �Test of pressure safety valves, ��� �Cleaning the air inlets, ��� �One cool-down/warm-up cycle as a performance check, ��� �Check-up of the water chiller. and provide additional protection for unexpected repairs or malfunctions of the cryoplatforms. The NIDDK shall be afforded priority response time and a qualified Bruker technician will provide any necessary assistance onsite.� The 7 Cryoplatforms covered under this contract are: ID 10175641 (700 MHz), BH077707 (499 MHz,),� BH046504 (600 MHz,),� BH046704 (500 MHz), � BH030703 (600 MHz,), � BH046604 (600 MHz,),� ID10028000 (600 MHz). CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION 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. �Only one source is available: Per FAR 13.106-1(b)(1) the Contracting Officer has determined BRUKER BIOSPIN CORP to be the only reasonably available source to provide the annual service and maintenance overhaul (CP10K) contract the NIDDK requires. � BRUKER BIOSPIN CORP is the manufacturer of the NMR spectrometers and is therefore able to provide the specialized maintenance this sensitive equipment requires. �Due to periodic maintenance being key to the efficient operation of the expensive cryoprobes which are needed for protein studies, only BRUKER BIOSPIN CORP engineers who are specifically trained to perform maintenance and repairs on this proprietary equipment are qualified to safely carry out such work. PERIOD OF PERFORMANCE 9/17/2020 � 9/16/2021 Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 5 Memorial Drive Bethesda MD 20814 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: descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.� All responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Tuesday, September 15, 2020 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov . Assessment of Capability Lowest Price Technically Acceptable
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8fca2d418b754d078eb4531d87e37f63/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05794601-F 20200913/200911230149 (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.