SPECIAL NOTICE
J -- J--Notice of Intent to Sole Source -
- Notice Date
- 8/15/2025 6:40:29 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0425Q0730
- Response Due
- 8/21/2025 11:00:00 AM
- Archive Date
- 08/29/2025
- Point of Contact
- Woody, Kevin, Phone: 7039643568, Fax: 520 4392595
- E-Mail Address
-
KEVIN_WOODY@IBC.DOI.GOV
(KEVIN_WOODY@IBC.DOI.GOV)
- Description
- Agency Contact Information: U.S. Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), 381 Elden Street, Suite 4000, Herndon, VA 20170 on behalf of the U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), The National Center for Advancing Translational Sciences (NCATS) Contracting Officer: Kevin Woody, Kevin_woody@ibc.doi.gov Proposed Action: This non-competitive action is being issued by the DOI/IBC/AQD, on behalf of NIH/NCATS. The Government intends to award a sole source contract to Sartorius Stedim North America Inc. for preventative maintenance, service support, and technical phone support for three (3) CompacT SelectT automated cell culture systems: Vesper, Quartz and Morgan. The goal of the contract is to ensure the instrumentation remains operational and performs in accordance with its original equipment manufacturers operational specifications. Contractor shall provide all labor, material, and equipment for preventative maintenance for the CompacT SelecT automated cell culture systems. These service contracts are critical for support of multiple ongoing research projects. It is essential to have these instruments in optimal working condition and calibrated to the manufacture original settings as they are used to support many projects across the center. For this reason, it is in NCATS best interest to ensure this system is covered by a maintenance contract to keep it performing at its fullest capability. Place of Performance: The place of performance will be 301 N Stonestreet Ave, Rockville, MD 20850 Description of Requirement: An annual service agreement is needed for preventative maintenance, service support, and technical phone support for three (3) CompacT SelectT automated cell culture systems: Vesper, Quartz and Morgan. SN Vesper and SN Morgan: - Provide a minimum of 1 maintenance check and basic upkeep to ensure the system is functioning properly - Technial support - Coverage for parts replacement - Software Updates - Performance verification: during preventive maintenance, the technician should verify and document the system�s performance to ensure it meets manufacturer specifications. - Use only genuine replacement parts - Parts, labor and travel included at no additional cost to the Government - Detailed service reports for each maintenance and repair visit, including work performed, parts replaced, and system performance verification. SN Quartz: - In addition to the services listed above, the service agreement for the Morgan shall also include: - Extensive maintenance services with more frequent checks - Access to 24/7 technical support via phone and email for troubleshooting and assistance with operational issues. - Priority response time for service calls, ideally within 24-48 hours, to minimize downtime. - Regular updates/upgrade to software to ensure compatibility with new features and enhancements. Response Information: This action is being processed in accordance with 41U.S.C 1901 as implemented by FAR 13.501(a)(1)(ii). Interested parties may identify their interest and capabilities regarding this requirement by submitting a capabilities statement by the date specified herein. A period of performance of one 12-month base year with one additional 12-month option is anticipated for this effort. The Government will consider all capabilities statements received by 2:00 P.M. EST, Thursday, August 21, 2025. Please be advised that it is the offeror�s responsibility to ensure the Government receives your submission on or before the specified due date. Submissions shall be sent electronically to Kevin Woody, Kevin_woody@ibc.doi.gov. Submissions shall not exceed ten (10) pages. Paper copies will not be accepted. Late responses will only be accepted if they contain extraordinary value to the Government. Submissions should be in a Microsoft Office compatible format (i.e., Microsoft Word, PowerPoint, Excel, etc.) or Adobe Acrobat and not contain text smaller than 11-point font. The maximum file size of the submission shall not exceed 8 MB. Tables, graphs, etc. will count against the total page count. Font size smaller than 11 may be used to label tables and graphs but may not be smaller than 8-point font. All data received in response to this Special Notice that are marked or designated as corporate or proprietary information will be fully protected from release outside the Evaluation Panel. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responders are advised that the Government will not reimburse for any information or administrative costs incurred in response to this Special Notice; all costs associated with responding to this Special Notice will be solely at the interested parties' expense. This is NOT a request for competitive quotes. A determination by the Government not to compete this proposed action based upon responses to this announcement is solely within the discretion of the Government. Information received is solely for the purpose of determining whether to conduct a competitive acquisition. The Government reserves the right to issue a Request for Quote (RFQ) as a result of this announcement. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on the review of any responses to this notice. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. ~ END OF SPECIAL NOTICE ~
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e804b02f1c85454c889ea0f5bf0d6c1b/view)
- Record
- SN07552797-F 20250817/250815230043 (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 |