Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2013 FBO #4415
SOLICITATION NOTICE

66 -- Maintenance for Bruker 9.4T/30cm Animal MRI Scanner

Notice Date
12/24/2013
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-14-0028
 
Archive Date
1/17/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a contract to Bruker BioSpin Corporation for service to support and maintain the NIDA Intramural Research Program's Bruker 9.4T/30cm Animal MRI Scanner without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-71 dated November 25, 2013. This acquisition is conducted under the procedures as prescribed in FAR subpart 12-Acquisition of Commercial Items and FAR subpart 15-Contracting by Negotiation at an amount exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this potential requirement is acquisition of a service contract to support the National Institute on Drug Abuse Intramural Research Program's Bruker 9.4T/30cm Animal MRI Scanner. This service is required to ensure continued high imaging performance to support research of neurobiological mechanisms of drug addiction. Period of Performance The anticipated period of performance is nine months from date of award. A firm fixed price contract is contemplated. Project Description The Contractor must be able to perform the following service for a Bruker 9.4T/30cm Animal MRI Scanner (BioSpec MRI -- System ID BT000503): 1.Cryo Cooler Service 2.Extended Parts Service 3.True-up for Lapsed Coverage 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. Specifically, this is a follow-on requirement for proprietary maintenance services and only the original equipment manufacture is capable of providing the needed services because the equipment is proprietary to the original manufacturer. No other contractor is capable of or licesnsed to properly maintain the equipment. The intended source is: Bruker BioSpin Corporation DUNS # 053454575 15 Fortune Drive Billerica, MA 01821-3923 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: 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 Dun & Bradstreet Number (DUNS), 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 must be received by January 2, 2014 at 9:00 AM EST and must reference number HHS-NIH-NIDA-SSSA-NOI-14-0028. Responses may be submitted electronically to lauren.phelps@nih.gov or by U.S. mail to the National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions Branch (CSS/SA) 31 Center Drive, Room 1B59, Bethesda, MD 20892 Attention: Lauren Phelps. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-14-0028/listing.html)
 
Place of Performance
Address: Maryland, United States
 
Record
SN03258144-W 20131226/131224234007-79ae4b0d2e6877cf61969f1529dec5cb (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.