SOLICITATION NOTICE
J -- Service Contract Renewal MassArray Compact System
- Notice Date
- 5/1/2014
- 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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NHLBI-CSB-(HG)-2014-123-DLM
- Archive Date
- 5/23/2014
- Point of Contact
- Dorothy Maxwell, Phone: 301-435-0352
- E-Mail Address
-
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). INTRODUCTION: THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the National Human Genome Research Institute, (NHGRI), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Sequenom Inc., 3595 John Hopkins Court, San Diego, California 92121-1121 to provide the following: The following systems for this service contract renewal : 1. MassARRAY®, Premier Plan Contract, Product Code: 63006, Serial Numbers: BA070008 and BA080022, Two (2) Each, 12-Months. BACKGROUND: The National Institutes of Health (NIH) mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Human Genome Research Institute (NHGRI), mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. A critical part of the NHGRI mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. NHGRI also supports the training of investigators and the dissemination of genome information to the public and to health professionals. The National Human Genome Research Institute (NHGRI), Inflammatory Disease Section studies the genetics, pathophysiology, and treatment of inherited disorders of inflammation through an integrated clinical and laboratory program. Having recently moved to NHGRI from the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS), the group has investigated Mendelian and genetically complex inflammatory disorders for the last twenty years, and proposed the now widely-accepted concept of autoinflammatory disease for a class of disorders of innate immunity. Justification: The Inflammatory Disease Section requires both scheduled preventative maintenance and repair and intermittent tuning service for this critical, but sensitive equipment in order to continue uninterrupted work critical to the mission of the NHGRI. The laboratory owns and uses two Sequenom Mass Array Compact Systems for NHGRI mission critical work. Obtaining maintenance and service without a service contract in place would result in significant equipment down-time and work delays and is likely to be more costly than the maintenance/service agreement cost. Sequenom is the sole manufacturer of this system. The parts and software are unique to these instruments and cannot be substituted or supplied by those from other vendors. The engineers from Sequenom have the in-depth proprietary knowledge and training to repair and maintain these complex machines. They also provide updates to the equipment and the software and protocols to conform to the latest available techniques. Contractor Requirements : 1. The Contractor shall provide service and maintenance of the Instruments, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts (excluding instrument consumable parts) and labor. 2. The Contractor's Response time: a. An authorized agent will respond within 4 business hours (during Sequenom standard business hours) from the time of request for service. b. On-site response time will be within 72 hours of the time a determination is made that a service call is necessary. c. Action time may be extended, depending upon spare parts availability. 3. Critical and non-critical updates may be required in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. Government Responsibilities : 1. The Government will keep the Equipment at all times in the environmental conditions recommended by the manufacturer. The Government will protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor's representatives or the Customer's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the Equipment. 4. Agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. Normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. 6. A Government customer representative will be on-site at all times while the Contractor representative is performing maintenance/repairs. Reporting Requirements and Deliverables: • The Contractor will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements: • The Government will accept the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. REGULATORY AUTHORITY: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source, only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION: Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $19.0M. The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-73 (April 29, 2014). This requirement is under the Simplified Acquisition Threshold of $150,000.00. 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 May 8, 2014 and must reference synopsis number HHS-NIH- NHLBI-CSB-(HG)-2014-123-DLM, may be submitted to the National, Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2014-123-DLM/listing.html)
- Place of Performance
- Address: NIH/Building 10, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03354221-W 20140503/140501235213-a109e38eac4cad51ba2646a3b95ed867 (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 |