Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
SOLICITATION NOTICE

J -- ImageStream Analyzer-Maintenance Agreement

Notice Date
8/6/2014
 
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
DHHS-NIH-NHLBI-CSB-(HL)-2014-198-NR
 
Archive Date
8/28/2014
 
Point of Contact
Nora I Rivera, Phone: (301) 435-0712
 
E-Mail Address
nr85c@nih.gov
(nr85c@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a firm fixed price purchase order on a noncompetitive sole source basis to EMD Millipore Corporaton645 Elliott Avenue West, Suite 100, Seattle, WA 98119. EMD Millipore Corporation is to provide maintenance to the ImageStreamX Analyzer and corresponding training to staff. The performance will be 12 months, September 30, 2014-September 29, 2015, with two 12-month Option periods. BACKGROUND: The Flow Cytometry Core of the DIR, NHLBI, NIH performs flow cytometric analysis and sorting services for the DIR, NHLBI and utilizes highly sophisticated instrumentation known as fluorescence activated cell sorters and imaging flow cytometers. These instruments are valued in excess of $250,000 each and require repair and maintenance performed in a timely manner. PURPOSE AND OBJECTIVES OF THIS PROCUREMENT: The Flow Cytometry Core functions as a service facility within the NHLBI and must maintain full capability of all instrumentation. Preventive maintenance contracts are needed for this instrument to keep it in good working order and ensure rapid response in case of failure or a decline of performance. JUSTIFICATION: The sole source determination is based on the fact that Amnis is the sole manufacturer of this unique ImageStream system that combines the analytical power of quantitative cell imaging with the statistical power of flow cytometry. Images of cells with antibody fluorochromes excited by 3 different lasers moving in a flowing stream are captured by a camera. The analysis of these images is performed using Amnis's unique software called IDEAS. By combining microscopy and flow cytometry in a single platform, the ImageStream achieves a true breakthrough in cell analysis. The lasers are specifically manufactured for this Amnis ImageStream and must be serviced by Amnis technicians. The EDF (Extended Depth of Field) is manufactured by Amnis for this instrument and can only be repaired by Amnis. This Amnis ImageStream is a very complicated and technical instrument that must only be maintained by highly trained Amnis engineers and scientists. STATEMENT OF WORK: The Contractor shall provide for an imaging flow cytometer: 1. Two Preventative Maintenance visits per year 2. Guaranteed phone support within 1 business day and on-site coverage within 3 business days 3. Parts warranty for any failure other than misuse 4. Scientific, Software and Service labor for on-site, phone, remote computer connection, and email support. 5. All software releases to IDEAS and INSPIRE. 6. Training registration for two course attendees per year for any related training. Registration for all additional course attendees. 7. SpeedBead and Sheath reagents on a quarterly basis. 8. Coverage on the base instrument and all purchased optional module 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 (for purchases not exceeding the simplified acquisition threshold) and 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 acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures; therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable (FAR Part 6.001). The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 (January 30, 2014). This notice of intent 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 August 13, 2014 at 9:00am EST and must reference notice number DHHS-NIH-NHLBI-CSB-(HL)-2014-196-NIR. Responses shall be submitted electronically to Nora I. Rivera, Contacting Officer, riverani@nhlbi.nih.gov. OR to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6112, Bethesda, Maryland 20892-7902, Attention: Nora I. Rivera. 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/DHHS-NIH-NHLBI-CSB-(HL)-2014-198-NR/listing.html)
 
Place of Performance
Address: NATIONAL INSTITUTES OF HEALTH, BETHESDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03452362-W 20140808/140807022231-0d137e0c3afab2747ea7b011305e2d13 (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.