SOLICITATION NOTICE
J -- Service contracts for BD Biosciences Government-owned equipment
- Notice Date
- 7/4/2014
- 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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC42565-83
- Archive Date
- 8/5/2014
- 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
- The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genome Integrity (LGI) plans to procure on a sole source basis service contracts for the following government owned equipment: FACSAria 3 Laser System Serial# : P0161; FACSCalibur 4 Clr/Sort (5), Serial# : E1703; FACSCalibur 4 Clr 5 Day, Serial# : E3137; BD LSR II, Serial# : H1076; Mode Lock UV Laser, Customer material# : 337788; HeNe Laser, Customer material# : 345200; Violet Laser, Customer material# : 337787; and the Laser COMPASS 561-20 LT Grn, Customer material# : 641268; from BD Biosciences, 2350 Qume Dr., San Jose CA. 95131, USA. 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. This contract is a renewal of an ongoing service contracts for these instruments. The period of performance shall be from September 1, 2014 through February 28, 2015. The Laboratory of Cancer Biology and Genetics (LCBG) is a well-integrated research program designed to elucidate the cellular and tissue changes associated with specific stages of carcinogenesis, to detect genetic modifiers fundamental to cancer susceptibility and progression. The LCBG also develops and correlates novel protocols in molecular diagnostics for human and animal tissues, and in noninvasive medical imaging for animal models. Emanating from our studies are new therapeutic combinations for targeted cancers now in clinical trials. Also, the Flow Cytometry Core Facility provides cell analysis and cell sorting support to all the laboratories in the NCI Center for Cancer Research. At this time, all have provided reliable and consistent service to investigators from over 35 NCI labs and branches. Over 200 individual scientists run experiments on these instruments in a year's time. In addition, the LSR II, and the 2 FACS Caliburs are available to trained users on a 24/7 basis. It is critical that these instruments remain in excellent operating condition at all times. It is also important that the quality of the results from these instruments be kept at a consistently high level. Many of the experiments, if unable to be run on the cytometers or sorters as scheduled cannot be rescued. It is also important that the instruments be kept current with software upgrades and product corrective actions. We also depend heavily on qualified telephone troubleshooting and technical assistance from the manufacturer's staff. Contractor shall perform two (2) semi- annual preventive maintenance inspections during the contract period on each piece of equipment. Service shall be performed by technically qualified factory trained personnel. One on-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal business hours Monday thru Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within twenty-four (24) hours furnish 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. Also, the contractor shall provide unlimited technical support hot-line number for telephone trouble-shooting for the instrument, reagents and applications during normal working hours, except Federal holidays. The BD equipment supports a wide variety of research and clinical applications. Service and preventive maintenance will be provided by Field Service Representatives trained by BD Biosciences. The manufacturer is the only vendor qualified to provide software upgrades to the proprietary software, product corrective actions, and telephone technical and troubleshooting assistance. The manufacturer will replace and/or repair all defective parts including lasers on an unlimited basis. Timely repair is necessary for these busy core lab instruments and BD has a large staff of qualified local field service representatives readily available as needed. Thus based on this information BD Bioscience is the only known source for this service. No other repair service has access to the proprietary parts that BD uses on its instruments, or the ability to respond to a service call within 24- 48 hours, which the manufacturer will guarantee. 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 July 21, 2014, 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 N02RC42565-83 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42565-83/listing.html)
- Place of Performance
- Address: National Cancer Institute, Building 37, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03415498-W 20140706/140704233026-b26e17a82f0685015fd85316d7f83252 (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 |