Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2009 FBO #2912
SOLICITATION NOTICE

J -- Preventative Maintenance Agreement

Notice Date
11/12/2009
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-100015-AV
 
Archive Date
12/12/2009
 
Point of Contact
Ashley L. Virts,
 
E-Mail Address
virtsa@mail.nih.gov
(virtsa@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Center for Cancer Research (CCR), Animal Resource Program (ARP) plans to procure on a sole source basis a Maintenance Agreement for the Government owned IVIS Lumina (s/n IS0735N4329); IVIS Lumina (s/n IS0631N3982); IVIS 100** (s/n IS0707N4120) systems with Caliper LifeSciences; 68 Elm Street; Hopkinton, Maine 01748-1602. The services herein are being procured in accordance with the simplified acquisition procedures authorized by FAR Part 13. The North American Industry Classification System Code is 811219 and the business size standard is $7M. The period of performance shall be twelve (12) months from date of award. The animal optical imaging systems listed above are a programmatic resource for CCR and currently all three IVIS optical imagers need maintenance performed. In order to assure that these instruments are available and in good working conditions at all times for research staff, a service protection plan is needed. This plan must include a full year of service as well as unlimited support when needed during that period to include: replacement parts (new), repair services on-site as well as access to technicians 24 hours a day with a reasonable response time (no greater than 72 hours). The purpose of this requirement is associated specifically with the need for maintenance contracts for all three government-owned IVIS Lumina systems. Since Caliper LifeSciences is the manufacturer of the instruments, the maintenance is necessary from the same vendor to ensure optimal use and guarantee that efficiently trained technicians perform any service that may be needed. It is critical to the research community currently using the instrument that all service be performed by the same vendor that manufactured and implemented the equipment in the lab. It is imperative that the system is calibrated accurately and maintained according to the manufacturer’s specifications. Any deviation from the specifications could run distort information or disrupt studies currently in process on the instrument. Technicians to be provided from the vendor are factory trained, have access to technical manuals relating specifically to the system including recall notices. In addition, proprietary software and replacement parts are available only through Caliper LifeSciences to supply and service their instruments. Finally, Caliper LifeSciences is the only company that stocks or has access to the specific parts needed to maintain the function of the system and offer proprietary software upgrades as well. For these reasons, no other source is known to the NCI capable of providing the service on the IVIS Lumina (s/n IS0735N4329); IVIS Lumina (s/n IS0631N3982); IVIS 100** (s/n IS0707N4120) systems currently in use by the Animal Resource Program. This is not a request for competitive quotation. However, if any interested party believes it can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can meet this requirement. One (1) original and one (1) copy of the capability statement must be received in the contracting office by 11:00 a.m. ET on November 27, 2009. All questions must be in writing and can be faxed to 301-402-4513 or sent via email to Ashley Virts at virtsa@mail.nih.gov. It is the vendor’s responsibility to ensure questions have been received. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractor must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). Please reference NCI-100015-AV on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-100015-AV/listing.html)
 
Record
SN02002677-W 20091114/091112235236-4a6bf53d2426cedd4e718ea1ac218b3b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.