Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2024 SAM #8187
SPECIAL NOTICE

J -- Service/Maintenance Agreement for the Microwaves, V-10s, and Isolera Systems

Notice Date
4/25/2024 9:54:58 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00237
 
Response Due
5/6/2024 1:00:00 PM
 
Archive Date
05/21/2024
 
Point of Contact
Maggie Brant, Phone: 3018271771, KJ Shaikh, Phone: 3014436677
 
E-Mail Address
maggie.brant@nih.gov, kj.shaikh@nih.gov
(maggie.brant@nih.gov, kj.shaikh@nih.gov)
 
Description
NOTICE OF INTENT to Sole Source SOLICITATION NUMBER: �75N95024Q00237 TITLE: Service/Maintenance Agreement for the Microwaves, V-10s, and Isolera Systems CLASSIFICATION CODE: J066- Maintenance/Repair/Rebuild of Equipment- Instruments and Laboratory Equipment NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE: May 6, 2024, at 4:00 PM ET PRIMARY POINT OF CONTACT: Maggie Brant Maggie.brant@nih.gov Phone: 301.827.1771 DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH) National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Biotage, LLC to provide a Service/Maintenance Agreement for the Microwaves, V-10s, and Isolera Systems.� The circumstances that limit the availability of this is that the Biotage systems at NCATS are daily drivers for scientific research in chemistry. It is essential for the continuity of science to keep them in good working order. Biotage does not allow third party resellers or agents and they require only current Biotage trained personnel to perform the service.� Additionally, Biotage is aware of the history of these instruments which serves as an advantage for troubleshooting issues that may arise. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 - Electronic and Precision Equipment Repair and Maintenance Dollars or Number of Employees: $34 million. �� REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-03 dated February 23, 2024. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting, and making medical discoveries that improve people�s health and save lives.� The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases. The Biotage Microwaves assist scientists in molecule discovery, the Isolera allows scientists to perform scale-up purifications, and the V-10 rapidly dries samples in aqueous and organic solvents. Based on the above, keeping these instruments functional is in the best interest of NCATS. NCATS requires the following: 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 perform the below: Service/Maintenance Agreement for the following systems with the below coverage: Biotage V-10 (SN#V102204993) Biotage Isolera (SN#�s IS12233112; 0212; CMS-3122-1480) Biotage Microwave (SN#14233) Biotage Microwave (SN#14234) Biotage V-10 (SN#V101807652) Biotage Microwave Initiator w/ Robot 60 (SN#11402) Biotage Microwave Initiator w/ Robot 60 (SN#11676) Biotage Microwave Initiator+ w/ Robot 60 (SN#12714) Biotage Microwave Initiator+ (SN#12427) Biotage Microwave Initiator+ Alstra (SN#00188) Biotage Microwave Initiator+ w/ Robot 60 (SN#13020) One (1x) Preventative Maintenance performed annually on covered instrument/system Inspection stickers will be affixed to each unit at the time of inspection An equipment status report will accompany the certificates, prodiving an overview of inspection findings All parts, labor, and travel covered Annual preventative maintenance (PM) visit Priority response times (remote and on-site) Fixed costs with no added charges Life cycle management Scientific phone support Only field service engineers with proven experience servicing the instruments listed in this SOW shall provide service. ESTIMATED PERIOD OF PERFORMANCE: Base Period: May 28, 2024 � May 27, 2025 Option Period 1: May 28, 2025 � May 27, 2026 Option Period 2: May 28, 2026 � May 27, 2027 Option Period 3: May 28, 2027 � May 27, 2028 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. Specifically, Biotage, LLC is the only vendor in the marketplace that can provide the products required by the NCATS. The circumstances that limit the availability of this is that the Biotage systems at NCATS are daily drivers for scientific research in chemistry. It is essential for the continuity of science to keep them in good working order. Biotage does not allow third party resellers or agents and they require only current Biotage trained personnel to perform the service.� Additionally, Biotage is aware of the history of these instruments which serves as an advantage for troubleshooting issues that may arise. The intended source is: Biotage, LLC 10430 Harris Oak Blvd Ste C Charolotte, NC 28269-7518 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. 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 Unique Entity ID (UEI), 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 be received by the closing date and time of this announcement and must reference the solicitation number, 75N95024Q00237. Responses must be submitted electronically to Maggie Brant, Contract Specialist, at maggie.brant@nih.gov.� U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9987cff7ddf445b582937b0bbf54bda5/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN07042437-F 20240427/240425230041 (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.