Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2014 FBO #4537
MODIFICATION

J -- Maintenance Agreement for PerkinElmer IVIS Lumina Optical Imaging Systems

Notice Date
4/25/2014
 
Notice Type
Modification/Amendment
 
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
N02CO42519-61
 
Archive Date
5/22/2014
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Seena Ninan, Phone: 240-276-5419
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, ninans@mail.nih.gov
(ELLIOTTK@MAIL.NIH.GOV, ninans@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
***This notice is modified to indicate notification of prior maintenance agreement was issued to Caliper Life Sciences on contract number HHSN261201200306P to provide services for the below mentioned government owned equipment*** 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 IS0631N3982, IVIS 100 TE Series s/n IS0707N4120, IVIS Lumina Series 101-240V s/n IS0735N4329 and IVIS Lumina Series 100-240V s/n IS0950N5099 systems from PerkinElmer Health Sciences Inc., 710 Bridgeport Avenue, Shelton, CT 06484-4794. This acquisition will be processed in accordance with simplified acquisition procedures in FAR Part 13.106 (b)(1). The North American Industry Classification System code is 811219 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. Period of Performance: Performance shall be for twelve (12) months from date of award. It has been determined that there is no opportunity to acquire green products or services under this contract. The Animal Resource Program (ARP) provides animal resources, training and education, imaging, and technology development in support of moving basic science discoveries to the clinical setting. Animal optical imaging systems are a programmatic resource for CCR and the ARP is responsible for the maintenance of the four government owned IVIS Lumina optical imagers. Contractor shall provide: 1) unlimited priority on-site repairs which will include parts, labor and travel expenses; 2) unlimited access to telephone technical support; 3) one pre-scheduled on-site preventative maintenance and diagnostic servicing; 4) all updates of proprietary software and firmware during the coverage period. All maintenance services shall be performed in accordance with the manufacturer's standard maintenance practices by manufacturer certified technical representatives. Preventative Maintenance: Contractor shall perform one preventative maintenance and diagnostic inspection during the agreement period. Service shall be performed by trained, technically qualified personnel. Maintenance: Contractor shall provide labor, replacement parts, and travel expenses associated with providing the unlimited repair service at the NIH site. Service shall be performed by trained, technically qualified personnel. Emergency Service: Emergency repair services shall be provided within a 48-72 hour on-site response time, and a phone response time of 4 or less hours. Replacement Parts: The contractor shall furnish all required replacement parts at no additional cost to the Government for the coverage period. Service Exclusions: The contractor shall not be responsible for consumable items. Limited-life products such as syringes, valves, and seals, have limited coverage. PerkinElmer Health Sciences, Inc. is the original manufacturer of the IVIS Lumina Optical Imaging Systems. Due to the nature and complexity of these instruments, as well as the proprietary nature of the software, PerkinElmer Health Sciences, Inc. is the only known contractor that can perform this service to provide original parts and updated software that are essential for the operation of these systems. This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe 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. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00 AM EST on May 7, 2014. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at Elliottk@mail.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 on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02CO42519-61 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO42519-61/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bldg 10, Rooms Various, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03348901-W 20140427/140425234237-f5ea9a003695593b0b46c9a538c363ee (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.