Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2021 SAM #6989
SOLICITATION NOTICE

J -- PROTECT PREMIUM SERVICE AGREEMENT

Notice Date
1/15/2021 11:01:57 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
NICHD21034
 
Response Due
1/24/2021 8:00:00 AM
 
Archive Date
02/08/2021
 
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
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 Protect Premium Service Agreement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard $20.0 M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2021-02 effective 11-23-2020. 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 The instrument covered under this agreement plays a critical role in support of the NIDDK research activities. As such, any prolonged downtime because of mechanical failure would have a seriously crippling effect on our abilities to perform our work. Only the manufacturer has the technical expertise and readily available parts inventory to ensure that our instrument downtimes are mitigated to the lowest possible level. Applicable warranties would be voided by unauthorized service. The contractor shall provide the following service for LSM 780: Item # Description Quantity 1010 000000-1912-855 Protect premium LSM 780 1-PC 1020 000000-1912-874 Protect premium Research Microscope mot 1-PC� 1030 000000-1912-883 Protect premium�LSM BiG Detector �1-PC 1040 000000-1912-853 Protect premium�NLO Coupling 1-PC 1050 000000-1912-854 Protect premium 405/440nm CW Laser 1-PC 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 is the sole provider of the LSM 510 maintenance services. This vendor has access to proprietary parts and knowledge which will limit the amount of down-time for the repair and maintenance of this equipment. Zeiss is the only provider that can furnish priority response times, and they are not required to hold off on repairs over $10,000 while they obtain further approvals from their corporate offices. 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. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. 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."" NOTE TO CONTRACTOR: The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. 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 January 24, 2021. Assessment of Capability The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f6513eeef21d4a3e9abed812970f948e/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05893386-F 20210117/210115230107 (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.