Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOLICITATION NOTICE

J -- Premium and Advanced Service Contract for LSM 780

Notice Date
11/19/2020 10:01:09 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH, NICHD, OD OAM OFC ADMIN MGMT BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N94021Q00003
 
Response Due
12/4/2020 8:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Verne Grifin, Phone: 3015947730, Kyle Wisor, Phone: 3018277736
 
E-Mail Address
verne.griffin@nih.gov, kyle.wisor@nih.gov
(verne.griffin@nih.gov, kyle.wisor@nih.gov)
 
Description
PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS 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. The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to award a purchase order without providing for full and open competition to Carl Zeiss Microscopy, LLC, 1 North Broadway, White Plains, NY� 10601 to acquire Base + 2 option periods for Premium and advanced service contract for LSM 780. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard 1000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2020-06 effective 10-26-2020.� 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) and FAR Subpart 12- Acquisition of Commercial Items.� 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. Place of Performance National Institutes of Health 9000 Rockville Pike Bethesda MD 20892 United States DESCRIPTION OF REQUIREMENT Protect service agreement to ensure that the instrument is properly maintained. The company will provide a qualified technician to perform one preventive maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit. All labor and travel related charges associated with any service visit in addition to the PM visit as may be required during the contract year, is included. In addition, Software version upgrades and Software version updates will be available on an �as-issued� basis for LSM 780 laser scanning microscope system, serial number 2504000672. The service agreement excludes platform upgrades and will be offered as needed The contractor shall provide the following: Base Year: 01/05/2021 � 01/04/2022 Protect premium LSM 780 Protect premium Research Microscope mot Protect premium 405/440nm CW Laser Option Year One: 01/05/2022 � 01/04/2023 Protect premium LSM 780 Protect premium Research Microscope mot Protect premium 405/440nm CW Laser Option Year Two: 01/05/2023 � 01/04/2024 Protect premium LSM 780 Protect premium Research Microscope mot Protect premium 405/440nm CW Laser 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 that Carl Zeiss Microscopy, LLC is the only manufacturer and the only authorized dealer for providing maintenance to this system.� By adding a second component to the study, on the same patients, makes it pertinent to use the same vendor for ensuring consistency and reproducibility of our study. Furthermore, it would be difficult to compare the results from the first part of the study with the second part without using the same vendor. Prior work done, allows this vendor access to unique proprietary information. 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, unit price, list price, shipping and handling costs, the delivery period after contract award, 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 responses to this notice shall be submitted electronically by 11:00 AM Eastern Standard Time, on December 4, 2020. Assessment of Capability The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation.� Responses to this notice shall contain sufficient information to established the interested parties bona-fide capabilities for fulfilling the requirement and include: certification by the OEM that you are authorized to provide services, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point ( Destination or Origin), the Duns & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and certification of business size.� All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. ���������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/729157c6219d41288c720aa00ac3ef6b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05856841-F 20201121/201119230224 (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.