Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2015 FBO #4841
SOLICITATION NOTICE

J -- Service and Maintenance of Gilson Equipment

Notice Date
2/23/2015
 
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-15-155
 
Archive Date
3/24/2015
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@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 purchase order to Gilson, Inc. for annual maintenance to servie equipment 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) 05-78 dated November 25,2014. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR Subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1. DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this requirement is the acquisition of a Service Agreement that covers all service repairs and one Preventative Maintenance (PM) visit for the specified equipment for one year. This system is required by the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) to support studies. Period of Performance The period of performance shall be from May 1, 2015 to April 30, 2016. A firm fixed price purchase order is contemplated. Project Description Specifically, the NCATS DPI Analytical Group requires a service agreement that includes the following: 1.Extended Warranty Agreement a.This agreement shall extend the one-year standard warranty of the instruments described below for an additional period of one year. b.The instruments under warranty shall meet original factory specifications during this time period. This warranty agreement shall be renewable as long as this product is in current production, and for a period of three years after the product is discontinued. c.Any equipment, for which the original one-year warranty or any extended warranty has expired, must have a Gilson factory-authorized inspection prior to warranting. d.Any repairs required to bring the equipment up to the original factory specifications must be made prior to warranting to the customer at standard service rates. In addition, there will be an inspection fee equal to one half the extended warranty price. e.Response time shall be at the best efforts of the service representative upon receipt of the service request. 2.Warranty Agreement a.This warranty will be voided in the event the equipment is altered or modified other than by, or at the direction of, personnel of Gilson, Inc. b.Any defects in the instruments listed below will be covered by this warranty. Defects will be corrected by replacing or repairing parts determined to be defective. 3.Preventative Maintenance (PM) Procedures to be followed for instruments listed below: a.(271) Replace rotor seal of prep solvent system & direct injection module b.(281) Replace rotor seals of solvent system and direct injection modules c.(306) Rebuild pump heads, replacing check valves, seals d.(306) Replace return spring e.(333) Rebuild pump heads, replacing check valves and seals f.(155) Replace UV lamps, clean flow cell g.(Vmate) Replace valve rotor seal h.(Vmate) Inspect and clean valve 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, only Gilson, Inc. is capable of meeting the needs of this requirement due to standards set by Gilson, Inc. No other vendor can provide the necessary parts, software support, or technical expertise since Gilson does not authorize any third party vendors to provide service. Gilson is the only manufacturer which uses the Gilson software. Therefore, only Gilson, Inc. can meet the needs of this requirement. The intended source is: Gilson, Inc. 3000 Parmenter St. Middleton, WI 53562 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 the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Megan Ault, Contract Specialist, at megan.ault@nih.gov. US Mail and 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-15-155/listing.html)
 
Record
SN03649242-W 20150225/150223235253-eb6ac4cc327178160f6071b87b894a50 (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.