Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2021 SAM #7246
SOLICITATION NOTICE

J -- IVIS Spectrum In Vivo Imaging System Maintenance Support Services

Notice Date
10/1/2021 12:09:41 PM
 
Notice Type
Presolicitation
 
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
NIH-NINDS-NOI-22-00001
 
Response Due
10/10/2021 12:00:00 AM
 
Archive Date
10/25/2021
 
Point of Contact
Shayna Simpson, Phone: 3018276812, Nancy Lamon-Kritikos, Phone: 3014802447
 
E-Mail Address
shayna.simpson@nih.gov, nancy.lamon-kritikos@nih.gov
(shayna.simpson@nih.gov, nancy.lamon-kritikos@nih.gov)
 
Description
SOLICITATION NUMBER: NIH-NINDS-NOI-22-00001 TITLE: IVIS Spectrum In Vivo Imaging System Maintenance Support Services CLASSIFICATION CODE: J066 Maintenance and Repair of Instruments and Laboratory Equipment NAICS CODE: 811219 � Other Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE: October 10, 2021 PRIMARY POINT OF CONTACT: Shayna Simpson, Contract Specialist NINDS Contracts Management Branch, NIDA Shayna.Simpson@nih.gov DESCRIPTION: THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSALS. On behalf of the National Institute of Neurological Disorders and Stroke (NINDS), the Office of Acquisitions Contracts Management Branch Red, NINDS Section of the National Institute on Drug Abuse (NIDA), intends to solicit on a sole-source basis by a request for quotation to PerkinElmer Health Sciences, Inc.to acquire maintenance services for the IVIS Spectrum in Vivo Imaging System and its associated system parts (including camera) and software on or around October 15, 2021 with an award issued on or around October 25, 2021. The purpose of this acquisition is to acquire preventative maintenance and service for an existing Government-owned IVIS Spectrum in Vivo Imaging System that was originally manufactured by PerkinElmer Health Sciences, Inc. These maintenance services shall be provided by an Original Equipment Manufacturer (OEM)-Authorized Service Provider of the IVIS Spectrum in Vivo Imaging System, and all maintenance services shall be performed by OEM certified factory-trained technicians using OEM certified parts. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811219 with a Size Standard of $22M. This acquisition is NOT set aside for small businesses, but rather is a sole-source acquisition to PerkinElmer Health Sciences, Inc. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The National Institute of Neurological Disorders and Strokes (NINDS) supports research into the causes, treatment, and prevention of neurological disorders and stroke. This request originates from the NIH Mouse Imaging Facility (MIF). The MIF owns and operates a IVIS Spectrum in Vivo Imaging System and its associated system parts (including camera) and software which is used by the NIH research community.� This system is used for ongoing preclinical biomedical research studies. To continue to support cutting-edge optical technology for preclinical imaging research and development ideal for non-invasive longitudinal monitoring of disease progression, cell trafficking and gene expression patterns in living animals performed by the NIH scientific community, it is essential to maintain and service this equipment on a regular maintenance schedule.� CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION PerkinElmer Health Sciences, Inc., as the authorized partner of the IVIS Spectrum in Vivo Imaging System and its associated system parts (including camera) and software, is the only contractor authorized and capable of providing the necessary maintenance support service to the IVIS Spectrum in Vivo Imaging System because the equipment is proprietary. PerkinElmer Health Sciences, Inc. is the only source for factory trained and certified technicians to maintain and service the equipment. The equipment requiring maintenance is continually used for research purposes. Non-functional equipment, inappropriately calibrated equipment, or equipment with incorrect parts, software updates, or other unsupported service provided by a non-authorized vendor, would void data standardization and cause irreparably damage to NIH research data. Furthermore, use of any other contractor for maintenance would void equipment warranties and jeopardize system integrity and functionality. Only an OEM-authorized service provider has access to the latest services and support information. Replacement parts or accessories must be compatible with the existing equipment, and only PerkinElmer Health Sciences, Inc. can certify compatibility. An OEM-authorized service provider is the only source with direct access to these parts and labor. PerkinElmer Health Sciences, Inc. is the only source authorized by the OEM to provide maintenance services for this equipment. Only an OEM-Authorized Service Provider is essential for maintaining the integrity of the system. The intended source is: PerkinElmer Health Sciences, Inc. 710 Bridgeport Avenue Shelton, CT� 06484 Salient characteristics: This is a service and maintenance requirement for the IVIS Spectrum In Vivo Imaging System. Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to provide preventative maintenance and service, including onsite engineer calibrations and onsite engineer services, for the IVIS Spectrum In Vivo Imaging System and all its associated system parts (including camera) and software. The Contractor shall supply all replacement parts to maintain the equipment at OEM specifications. The Contractor shall provide on-site remedial service and maintenance as well as regular scheduled maintenance inspections and adjustments for all subsystems of the scanner. The contractor shall provide technical support and remote diagnostics as well as checks of the system error logs. The Contractor shall provide all necessary documentation, repair parts, spare parts, accessories, maintenance supplies, all special tools, test and support equipment, any travel and transportation, personnel skill requirements, and other related services required in performance of maintenance tasks to keep the equipment in good operating condition. Estimated Period of Performance: Base year: 10/26/2021 to 10/25/2022� Option year 1: 10/26/2022 to 10/25/2023� Option year 2: 10/26/2023 to 10/25/2024� Option year 3: 10/26/2024 to 10/25/2025 Option year 4: 10/26/2025 to 10/25/2026� Place of Performance: National Institutes of Health 10 Center Drive Bldg 10 Room B1D200 Bethesda, MD 20892 Contract Type: A firm-fixed price type contract with option periods is planned for this acquisition, consistent with commercial practices. CLOSING STATEMENT THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: 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.� All responses must provide evidence that they can provide equipment that meets all of the requirements in this announcement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, NIH-NINDS-NOI-22-00001. Responses must be submitted electronically to Shayna Simpson, Contract Specialist, Contracts Management Branch � Red, NINDS Section, NIDA, at Shayna.Simpson@nih.gov. �U.S. Mail and Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c55adaf48f5c4ff982443c143f1c9fd4/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06149645-F 20211003/211001230116 (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.