Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
SOLICITATION NOTICE

66 -- Gatan Preventative Maintenance

Notice Date
4/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NICHD-15-034
 
Archive Date
4/27/2015
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-15-034 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-80. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $19M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with JEOL USA INC - 11 Dearborn Road - P.O. Box 6043 - Peabody, MA 01961 to procure a one year Gatan Preventative Maintenance Plan (PMP) agreement for the JEM-1400 system and accessories/components as follows: 1.JEM-1400 TRANSMISSION ELECTRON MICROSCOPE - SN: EM18470095 - Quantity (1) EA 2.WATER RECIRCULATOR, WATER COOLED RO75CGN2SK9 - SN: HB22193 Quantity(1) EA 3.Product ID: 239232 - EM-21010 COMMON SPECIMEN HOLDER - Quantity (1) EA 4.Product ID: 814816908 - SEG SIDE ENTRY GONIOMETER, FOR 1400,2100,2100F,2200FS AND 2500SE - Quantity (1) EA 5.ULTRASCAN 1000XP CAMERA GAT-994.20P.2 - SN: 10110203W0994 - Quantity (1) EA 6.Product ID: JU2010307-T105-12050 - One (1) JEOL Consumable Products Kit to include the following: •ID# 800304217 - APERTURE (20,40,60,120), STRIP, OL, HIGH RES, 200CX - QTY (2) EA •ID# - 418108 - APER (20,100,300) STRIP, MO, IL, 1200EX/2000, 800209524 - QTY (2) EA •ID# - 418032 - APERTURE, 6MM OD, 0.3T, 500U, DISK, 800100611 - QTY (4) EA •ID# - JU2010302 - DRYBOX YELLOW W/CLEAR LID UK309 & 5 CAVITY FOAM - QTY (1) EA •ID# 802196616 - APERTURE, STRIP, (100,200,300) MO, CL 1210 - QTY ( 2 ) EA JEOL USA, INC is the sole factory authorized provider of service and sales in the United States and Canada. A typical JEOL service engineer is a graduate of an accredited Technical Institute, having a least an Associate Degree in Electrical Engineering or the equivalent. Initially, the engineer receives approximately seven weeks of formal instruction at the JEOL Training Center as well as individualized instrument training. These classes are interspersed with extensive field training under direct supervision of senior service engineers. Engineers return periodically to the JEOL Training Center for additional training whenever new equipment or new techniques are introduced. Factory training and JEOL training center instruction in maintaining JEOL instrumentation are available only to current, qualified JEOL Service Engineers. In order to comply with the maintenance contract the instrument must be service by Jeol. The PMP contract also provides the following (but not limited to) benefits: •Unlimited telephone support •Priority response for unscheduled field and factory service •No charge for Gatan-manufactured replacement parts, except consumables •Discounts on certain consumable parts •Maintenance sessions including: repair, maintenance and calibration •Routine Service •Services outside of the scope of the PMP (if applicable) •Field Service Engineers trained service engineers to conduct all of the service on Gatan products. •Pre- Inspection of Instruments - possibility to add out of warranty instruments to program under PMP •Customer Site Visits •Emergency Service - customer immediately moved to ahead of the line/priority service if visit by Gatan representative is required or product must be returned to Gatan factory for service •Software Upgrades - PMP entitles the customer to free Gatan software products upgrades (revisions) to core Gatan control software, as well as "plug-ins" for parts covered under the PMP. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations however, all responses received, within twelve calendar days from the date of publication of this synopsis will be considered by the Government. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due twelve calendar days from the publication date of this synopsis or by April 20, 2015 by 10:00 am EST. via email or postal mail or other mailing services. The quotation must reference "Solicitation number" NICHD-15-034. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5C01, Bethesda, MD 20852. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-15-034 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the SAM database @www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD-15-034/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, BETHESDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03694836-W 20150411/150409235111-ec5e98b113faa63cea62c389e5ba2412 (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.