Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2022 SAM #7503
SOLICITATION NOTICE

J -- Annual Service Contract for NIDDK/LBC NMRs

Notice Date
6/14/2022 6:26:08 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-22-146
 
Response Due
6/24/2022 6:00:00 AM
 
Point of Contact
Amber Harris, Fax: 3014803278
 
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 Contract for NIDDK/LBC NMRs.� 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 2022-06 Effective 05/26/2022. 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 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1�Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). PERIOD OF PERFORMANCE Base Year: 8/1/2022 - 7/31/2023� Option Yr 1: 8/1/2023 - 7/31/2024� Option Yr 2: 8/1/2024 - 7/31/2025� Option Yr 3: 8/1/2025 - 7/31/2026� � �� Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 8 Center Drive Bethesda, MD 20892 � ? DESCRIPTION OF REQUIREMENT The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) has a requirement to obtain services to maintain the operation of the NMR�s spectrometers located in Building 8 on the NIH Bethesda Main Campus. The Laboratory of Bioorganic Chemistry is involved in the discovery and development of new antibiotics, antivirals, and drugs. Some of these molecules are potential therapeutics and would be of great benefit to human health and thus to NIDDK's mission. 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. �The NIDDK/LBC sections use the NMR�s �spectrometers present in Bldg 8 That are key instruments used focusing on the study of proteins and their relation to health and disease, with emphasis on HIV and drug development. �The NMR spectrometers in LBC are 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 probe heads. �These cryoplatformsTM contain multiple pumps as well as a mechanically driven cryostat. � _________________________ PURPOSE AND OBJECTIVES The objective of this request is to procure a base plus three(3) option years Annual Service Contract for NIDDK/LBC NMRs. 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. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The annual overhaul must include: ��� �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. ��� �Provide additional protection for unexpected repairs or malfunctions of the cryoplatforms. The NIDDK shall be afforded priority response time and a qualified BRUKER BIOSPIN CORP technician will provide any necessary assistance onsite.� The two Cryoplatforms covered under this contract are: Bldg. 8, rm B2A02, SN: Z106902/047 Bldg. 8, Rm 425, SN: Z159072/167� Perform Planned Maintenance as described in BRUKER BIOSPIN CORP�s maintenance documentation.� Maintain a system to track the Planned Maintenance visits due for the instrument� Provide all on-site service support for hardware repair as necessary� Comprehensive plan, replace the magnet with a model of equivalent specifications and carry all the costs related to reinstatement of the hardware including travel and labor.� TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: Task Area 1 � The annual service and repair contract shall cover remote diagnosis of the correct functioning of two BRUKER BIOSPIN CORP 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 LBC 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 one-time, net 30 payment. 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 reasonable available source to provide the NIDDK/LBC NMRs Annual service and maintenance. �� This acquisition was pursued on a sole source basis centered on the following: BRUKER BIOSPIN CORP is the manufacturer and sole authorized service provider for the two NIDDK BRUKER BIOSPIN CORP cryoplatformsTM.� The NMR spectrometers in LBC are 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 probe heads. �These cryoplatformsTM contain multiple pumps as well as a mechanically driven cryostat. � This contract includes a Comprehensive plan, that if needed, will replace the magnet with a model of equivalent specifications and carry all the costs related to reinstatement of the hardware including travel and labor.� Use of BRUKER BIOSPIN CORP�s proprietary manufacturing, engineering, service and/or development software, firmware, documentation, and tools developed by or under development by and/or provided to BRUKER BIOSPIN CORP for its assembly, configuration, installation, maintenance, repair, service and/or de-installation of the magnet, as well as any upgrades or revisions of this material. 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 responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Friday, June 24, 2022 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov . Assessment of Capability Lowest Price Technically Acceptable �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c826c76279146df8175ff6fe136f34b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06357369-F 20220616/220614230111 (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.