SPECIAL NOTICE
J -- Service Renewal for Beckman i7 Dual Hybrid Genomics Workstation
- Notice Date
- 8/30/2021 8:09:03 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95021Q00398
- Response Due
- 9/8/2021 10:00:00 AM
- Archive Date
- 09/23/2021
- Point of Contact
- Shaun Rostad, Phone: 3014436677, Josh Lazarus, Phone: 3014436677
- E-Mail Address
-
shaun.rostad@nih.gov, josh.lazarus@nih.gov
(shaun.rostad@nih.gov, josh.lazarus@nih.gov)
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.� The National Institute on Drug Abuse (NIDA), on behalf of the The National Institutes of Health (NIH) National Center for Advancing Translational Sciences (NCATS) intends to award a non-competitive sole source contract to Beckman Coulter, Inc. for Service renewal for Beckman i7 Dual Hybrid Genomics Workstation. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard of less than $22,000,000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2021-06. 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 in accordance with FAR Subpart 6.302-1 � only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT This requirement is for a Service and Support Contract for the Beckman i7 Dual Hybrid Genomics Workstation. This contract will provide a rapid, responsive and effective means of resolving technical problems, whenever and however often they occur. In addition, the Contract will provide periodic checks on system parameters for the prediction of, and protection against the future occurrence of potential problems ensuring extended periods of trouble-free operation and will maximize the return on our investment. The service agreement includes: � Proactive service approach to maximize uptime and improve profitability � On-site labor, travel, and parts during Beckman's normal business hours (Charges according to agreement type) � Priority on-site service support and technical phone support � Additional key operator training available during Beckman's regular service visits (Charges according to agreement type) � Annual scheduled preventative maintenance visit performed to factory specs. � Fixed maintenance costs (Charges according to agreement type) � Service provided by the only authorized and factory-certified BCI technicians � Includes engineering modifications supported by 33,000 genuine new parts The equipment and services described above is highly specialized. There is a tight integration of hardware and software for proper operation and service. Due to the specialized nature, only expertly trained BCI technicians are able to diagnose and repair issues. Most parts are proprietary and only available through the manufacturer. Beckman Coulter is the only source available for the proper maintenance for the equipment specified. The National Institutes of Health (NIH) �Full Service Maintenance and Repair of BeckmanCoulter, Inc., Laboratory Equipment Systems� contract is an NIH-wide Indefinite Delivery Indefinite Quantity (IDIQ) contract that covers a wide range of critical support services for Government-owned Beckman Coulter, Inc., equipment and instruments currently installed and utilized in NIH laboratories. On April 2, 2018, this contract was awarded to Beckman Coulter, Inc., for a period of one (1) base year plus four (4) one year option periods. This is a Requirements type contract therefore, in accordance with FAR 52.216-21; Requirements, any NIH requirement for full service maintenance and repair of Beckman Coulter, Inc., laboratory equipment that is covered by this contract must use this contract as a vehicle to acquire service. The contract number is HHSN-263-2018-00021I. Level of Effort: Personnel handling warranty and preventative maintenance shall be factory certified. Period of Performance: The estimated period of performance shall be: Base Year: September 27, 2021 to September 26, 2022 Option Year: September 27, 2022 to September 26, 2023 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.� An interested Offeror must be able to successfully demonstrate its capability to independently, and not as an agent of the Government perform the requirements described above. Responses to this notice must include sufficient information to establish the interested parties� bona-fide capabilities and experience of providing the service described above. Interested parties shall proved a description of experience and capability, described the proposed technical approach and include any other information or factors that may be considered.� Such factors may include: past performance; special features or equipment required for effective program performance. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, F.O.B. Point (Destination or Origin), product or catalog number(s). In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. 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 September 3, 2021, 1:00 p.m. Eastern Time and must reference number 75N95021Q00398. Responses must be submitted electronically to Shaun Rostad, Contract Specialist at shaun.rostad@nih.gov and must reference the solicitation number 75N95021Q00398 on your electronic request.� FAX requests are not 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/c4e67322c7ca42ef82b3b4a2f5b3c97f/view)
- Record
- SN06115547-F 20210901/210831201822 (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 |