SOLICITATION NOTICE
J -- OEM Service Contract for BD Biosciences Influx cell sorter
- Notice Date
- 12/9/2013
- 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, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC46004-83
- Archive Date
- 1/7/2014
- Point of Contact
- Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
- E-Mail Address
-
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Transplantation and Immunology Branch, (ETIB) Flow Cytometry Core plans to procure on a sole source basis a service contract for a government owned a BD Influx with enclosure, and for influx sapphire 488-200 laser, influx violet 405-50 radius laser, influx red 640-50 laser, influx light green 561-75 laser, and the influx XCYTE 100mW UV laser. This process will be processed in accordance with simplified acquisitions procedures as stated in FAR Part 13 13.106-1(b)(1) and is exempt for the requirements of FAR Part 6. The North American Industry Classification System code is 811219, and the business size standard is $19.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The NCI ETIB Flow Cytometry Core Facility provides flow and image cytometry services to investigators in multiple NCI Branch's. The core is required to maintaining an up-to-date array of cell analysis and separation instrumentation for its investigators who are continuing to fulfill the mission on reducing the burden of cancer through exploration, discover and translation. Contractor shall perform two (2) preventive maintenance inspections during the contract period. Service shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection assure optimum and efficient performance. Emergency repair services shall be provided on an unlimited basis during the term of this contract. Emergency service shall be provided during normal business hours Monday thru Friday excluding Federal Holidays. Outside of services hour's service will be provided by phone. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall furnish within twenty-four (24) hours a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled Preventive Maintenance Inspections. BD Biosciences Influx cell sorter located in the ETIB Flow Core used for physical separation of a wide variety of cell types required by NCI investigators. This instrument receives heavy use by both Branch and outside CCR investigators (>40 hours/week). Since this is a relatively new instrument and laser configuration, service contract coverage by the original manufacturer is essential. Of particular importance is the hybrid analog-digital data acquisition electronics, which is completely proprietary and is not accessible either in parts or firmware support to service personnel outside BD Biosciences. Failure of a selected company to have expertise in this system will result in inadequate support of the system. Of equal importance is rapid service response (24 hours) and rapid access to other OEM parts associated with the instrument. This instrument receives heavy usage, and is relied upon for sorting human patient samples, which can arrive at any time and must be sorted promptly. As a result, service times of more than 24 hours are unacceptable for a critical instrument of this type. Equally rapid access to OEM parts is equally essential. Response times and OEM part access of greater than 24 hours are not appropriate for this instrumentation. Next, rapid laser replacement (also within 24 hours) is also essential to keep this instrument operational. The lasers specified in the contract must be in stock by the service company and in a configuration appropriate to this instrument. Lead times longer than 24 hours are again unacceptable. Finally, BD Biosciences is the original manufacturer of the BD Biosciences Influx flow cytometer and the only manufacturer that offers this upgrade capability for this piece of equipment. Their service uses proprietary components that are only available from BD Biosciences. Thus based on this information BD Bioscience is the only known source for this service. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on, December 23, 2013. No electronic capability statements will be accepted (i.e. email or fax), an original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Gwennifer Epps, Contracting Officer at ge50d@nih.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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA), through sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC46004-83 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC46004-83/listing.html)
- Place of Performance
- Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E154, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03248336-W 20131211/131209234310-0f69868d09ebb108ec078a708647af8f (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 |