Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2023 SAM #7845
SOLICITATION NOTICE

J -- Maintenance Service for NanoString GeoMx System Model GeoMx DSP - Serial number 2110G0326

Notice Date
5/19/2023 12:13:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N91023Q00094
 
Response Due
5/31/2023 9:00:00 AM
 
Archive Date
06/15/2023
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research, Laboratory of Pathology (LP) �has a need to procure all labor, material, and equipment necessary to maintain and provide preventive maintenance for the government owned NanoString GeoMx System. This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in�Federal Acquisition Regulation (FAR) subpart�12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13� Simplified Acquisition Procedures. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation is issued as a Request for Quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2023-02 (3/16/2023). The requirement�s North American Industry Classification System (NAICS) code is 811210 � Electronic and Precision Equipment Repair and Maintenance with a size standard of $34 million. One Firm-Fixed-Priced award is anticipated to be made as a result of this solicitation.�� BACKGROUND The Laboratory of Pathology (LP) at the National Cancer Institute (NCI) utilizes GeoMx Digital Spatial Profiler (DSP) to obtain morphological context in�spatial transcriptomics�and spatial proteomics experiments from single slides. LP utilizes a DSP to obtain morphological context in spatial transcriptomics and spatial proteomics experiments from single slides. �Assays conducted on this system enable the quantitative, spatial analysis of 96+ proteins from a single slide, from both preserved (FFPE) and fresh frozen biospecimens. �This capability vastly expands the number of markers LP can profile from a single tissue section compared to traditional immunohistochemical methods. TYPE OF ORDER This shall be issued as a Firm Fixed-Price Purchase Order. SPECIAL ORDER REQUIREMENTS PREVENTATIVE MAINTENANCE The Contractor shall perform one (1) planned preventive maintenances during each period of performance. �Technically qualified factory-trained personnel shall perform service.� Service shall consist of a thorough cleaning, calibration, adjusting, inspection and testing of all equipment in accordance with the manufacturer�s latest established service procedures.� All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. EMERGENCY SERVICE On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the Government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. �Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall provide an initial response within one (1) hour, an appointment for an on-site response within two (2) business days or earlier by a qualified factory-trained service representative to inspect the system and perform all repairs and adjustments necessary to restore the system to normal and efficient operating condition.� Emergency service calls shall not replace the necessity for planned preventative maintenance.� All labor and travel will be included. REPLACEMENT PARTS� The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. All parts shall meet original equipment manufacturer (OEM) specifications. Upon identification of required parts, they shall be delivered within 24 hours, or the following business day should the request fall on a Friday, or preceding a Federal Holiday. If parts will take longer than 24 hours to be delivered for any reason, the Contractor must provide the TPOC with a notification stating the reason and estimated delivery timeframe immediately upon identification of delivery delay. SOFTWARE UPDATES/SERVICE� The Contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures to include telephone access to technical support for use of program software and troubleshooting of the operating systems at no additional cost to the Government.� The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. �Software service shall include all upgrades and updates, installing the most recent version, as well as emergency maintenance, such as re-configuration and re-installation. �Defective software shall be replaced at no additional cost to the Government. The Contractor shall provide unlimited remote technical and application support over the phone and email, as well as via remote access network during normal working hours, Monday through Friday from 9 AM to 6 PM, EST, excluding Federal holidays. SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water.� These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.� PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months, with four (4) twelve (12) month option periods. Base Period:����������������� August 1, 2023 to July 30, 2024 Option Period One:������ August 1, 2024 to July 30, 2025 Option Period Two:������ August 1, 2025 to July 30, 2026 Option Period Three:���� August 1, 2026 to July 30, 2027 Option Period Four:������ August 1, 2027 to July 30, 2028 PERSONNEL QUALIFICATIONS Technically qualified factory-trained field service engineers shall perform service to the NanoString GeoMx Digital Spatial Profiler in Bld 10/4A30 as covered by this contract.� Engineers should be highly skilled and experienced, and familiar with all aspects of this instrument, including the mechanical side, optics, and fluidics. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. PLACE OF PERFORMANCE Onsite services shall be performed at the following location: NIH - NCI CCR Bethesda Maryland 20892
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9100353b49314fa28d9aab452c46229f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06688589-F 20230521/230519230109 (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.