SOLICITATION NOTICE
J -- MAINTENANCE AGREEMENT
- Notice Date
- 12/17/2024 12:54:03 PM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- 75N94025Q00029
- Response Due
- 12/27/2024 8:00:00 AM
- Archive Date
- 12/28/2024
- Point of Contact
- GRIFFIN, VERNE L, Phone: 3015947730, FALZONE, MICHAEL L, Phone: 13018271873
- E-Mail Address
-
verne.griffin@nih.gov, michael.falzone@nih.gov
(verne.griffin@nih.gov, michael.falzone@nih.gov)
- Description
- PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS 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. The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to award a purchase order without providing for full and open competition (Including brand-name) to Phillips Healthcare, 22100 Bothell Everett Highway, MS 665, Bothell, WA 98041 for Service Contract for a Ingenia Elition XProtection. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811210 with a Size Standard $30. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2025-01 effective 11/12/2024. 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) and FAR Subpart 12- Acquisition of Commercial Items. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6� Competition Requirements. Place of Performance National Institutes of Health 9000 Rockville Pike Bethesda MD 20892 United States DESCRIPTION OF REQUIREMENT The availability of the Philips 3T scanner is mission critical. To satisfy the need of constant availability, a company is needed with the necessary technical knowledge, engineers, and available parts to keep the instruments functioning and to execute any necessary adjustments or repairs. The company must also perform annual Preventative Maintenance, including proactive monitoring. The renewal of a service agreement for the maintenance and repairs of the NIDDK MRI machine is needed to protect the integrity and usability of the MRI without interruption. REQUIRED FEATURES AND SPECIFICATIONS This requirement is to purchase a service agreement for the maintenance of the NIDDK MRI machine. This contract also provides proactive monitoring and one Preventative Maintenance Service visit, which is crucial for the long-term, successful use of this highly used instrument. The service agreement must include the following: 1. Priority scheduling for service calls and access to spare parts inventory 2. Priority Remote Service response (requires connection to Philips Remote Services network). 3. All labor and travel during standard hours of coverage ? Mon?Fri 8am ? 9pm, excluding holidays. 4. One-hour initial response with four hour on?site response. 5. All spare and strategic parts that fail during normal use. (If Applicable: X?Ray Tubes, Image Intensifiers, Detectors, PMT, MMP Package, Surface Coil 6. Parts Delivery Earliest Next Day 7. Lifecycle Catalogue discount of 20% excluding UPS. 8. Equipment Planned Maintenance services per Philips manufacturer specifications performed during standard hours of coverage 9. Proprietary operating system software enhancements without hardware changes (excludes software upgrades) 10. Unlimited Technical Services (24x7) & Clinical Applications Telephone Support (Mon?Fri 8am ? 9pm) 11. Remote Service Support (includes Remote Desktop). 12. Remote Proactive Monitoring (requires connection to Philips Remote Services network). 13. PSI, Customer Loyalty Meeting (Annually). Period of performance is 4/4/2025 - 4/3/2026. 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 that Phillips Healthcare is the manufacturer and the only authorized dealer for providing a service contract for Ingenia Elition XProtection (781358-SVC0131-SVC01890). 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. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement, 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 Vendor/Contractor�s (UEI) the Unique Entity ID from SAM.gov is now the authoritative identifier for those doing business with the federal government. The DUNS Number is no longer valid for federal award identification, 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 (75N94025Q00029) shall be submitted electronically by 11:00 AM Eastern Standard Time, on December 27, 2024. Assessment of Capability The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3c44189e1fec4a7ea022fdbdf224c48a/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07294165-F 20241219/241217230115 (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 |