Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SPECIAL NOTICE

J -- Redshift Apollo Maintenance Service Contract

Notice Date
11/14/2024 8:08:26 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NOI-NIAID-25-2248915
 
Response Due
11/25/2024 7:00:00 AM
 
Archive Date
12/10/2024
 
Point of Contact
Leah Hinson
 
E-Mail Address
leah.hinson@nih.gov
(leah.hinson@nih.gov)
 
Description
PRE-SOLICITATION NOTICE NOI-NIAID-25-2248915 NAICS � 811210 This is a Notice of Intent, not a request for proposal. The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with RedShift Bio for a AQS3/Apollo Service Contract. One-Year maintenance contract is required for supported research in the Bacterial Metabolism and Physiology Unit. The equipment requiring a service contract is a Microfluidic Modulation Spectroscopy (MMS) unit manufactured by RedShift Bioanalytics. The equipment is highly sensitive and requires service by the OEM. Parts must be OEM. Software must be certified by OEM. Do not substitute. One (1) preventative maintenance (PM) service per year of coverage. The PM service includes: � Labor and Travel to the customer site � Parts including the replacement of tubing, gaskets, and coolant as needed � Software and firmware updates � System Suitability Testing and System Health Checks (flow rate, coadded ratio) � Remote technical support services via phone, email, and remote connection � On-site repair services as needed including travel, labor and OEM parts � Materials for shipping and shipping costs (if the service department determines that the system must be returned to RedShift Bioanalytics for repairs) The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources that could provide comparable services may submit a capability statement that will be considered. If your organization has the potential capacity to support this requirement, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, UEI number and size and type of ownership for the organization; and 2) respondents shall indicate if they are the manufacturer or the distributor of Vantage Liquid Handling workstation and consumables and shall include basic information on product specifications. If an equal product is recommended (not specific to the brand proposed) then sufficient details shall be provided by the respondent describing how the equal product being recommended, meets the minimum specifications of the requirement. Submission Instructions Interested businesses who consider themselves qualified to provide the above-listed items are invited to submit a response to this Notice of Intent by November 25, 2024 at 10:00 AM EST. All responses under this Notice of Intent must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit their documentation. Instructions on how to register /submit documents are included on the website. All responses received by the closing date of this synopsis will be considered by the Government. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1d9dd6b9b034ea0b7e6d55c365e311f/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN07264611-F 20241116/241114230105 (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.