Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOLICITATION NOTICE

J -- Life Technologies/Applied Biosystems Service Contract Renewal

Notice Date
3/17/2016
 
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)-2016-101-DM
 
Archive Date
4/7/2016
 
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
INTRODUCTION: 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). 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 non-competitive sole source basis to Life Technologies, 5791 Van Allen Way, Carlsbad, California 92008-7313 to procure a Service Agreement Contract for a 7900HT Sequence Detection System. Procurement : 1. 7099HT Sequence Detection Systems, Serial Numbers: 201724 and 279000840, Coverage: AB Assurance 1PM, Quantity: One (2) Each. 2. 7500 Real Time PCR System, Serial Number: 275000666, Coverage: AB Assurance 1PM, Quantity: One (1) Each. Anticipated Period of Performance : Base Year: 12 Months; Option 1: 12 Months; and Option 2: 12 Months Background: The NHGRI/Medical Genetics Branch (MGB) seeks to identify and understand inherited disorders of metabolism and of human development. MGB investigators focus on human genetics, vertebrate embryology, inborn errors of metabolism, and neurogenetic disorders. Projects performed at the biochemical, molecular, and cell biological levels involve the direct study of human subjects as well as the development and use of experimental model systems, such as zebrafish and mouse. The Branch fosters outstanding basic research and serves as a model for translational research, emphasizing the compassionate and scientifically rigorous application of basic science discoveries at the bedside. Branch researchers develop and test new diagnostic tests and treatments for patients with rare genetic disorders in the NIH Clinical Center. Investigators in the Genetics and Molecular Biology Branch (GMBB) use molecular genetics techniques to identify and characterize genes involved in the normal development and function of many tissues. The researchers also seek to identify disease-associated gene alterations and to understand how these genetic defects contribute to a range of human diseases, including anemia, cancer, and immune disorders. Purpose and Objectives: The service contract is needed to perform routine preventive maintenance on the system to keep it in perfect working condition. This helps prevent costly downtime by helping to prevent problems from arising. However, should an equipment failure occur, the repairs would be covered by the service contract. Because of the fluorescence capability of this system and the presence of an argon laser, repairs would easily run into the tens of thousands of dollars if a service contract were not in place. Scientific investigators utilize this system to quantitate DNA sequences from both patient and laboratory samples. The Life Technologies/Applied Biosystems 7900HT Fast Real-Time PCR System is a high-throughput real-time PCR system that detects and quantitates nucleic acid sequences. This flexible system offers multiple block configurations and software choices. Key applications include gene expression quantitation and the detection of single nucleotide polymorphisms (SNPs) using the fluorogenic 5' nuclease assay. Other Considerations: Life Technologies/Applied Biosystems is the sole manufacturer of the 7500HT Sequence Detection System. The parts are unique to these instruments and cannot be substituted by other vendor parts. The engineers from Life Technologies/Applied Biosystems have the in-depth knowledge and training to repair these instruments. Life Technologies service engineers go through a multi-step process in order to obtain factory certification to work on AB instrumentation and software. This certification is renewed every two years to ensure that service engineers maintain this standard of excellence. In addition, they remain certified on Class IIIB Lasers. Only Life Technologies service engineers have full and exclusive access to AB's latest technical developments, repair procedures, software application updates and planned maintenance procedures. Contractor Requirements : 1. The Contractor shall provide On-Site response within 2-business days. 2. The Contract shall provide one (1) preventative maintenance visit by the ABI engineer for the 12-month contracts. 3. The Contractor shall cover necessary warranted parts. Replacement parts are factory certified. 4. The Contractor shall include Engineer labor and travel included for repair visits. 5. The Contractor shall adhere to priority telephone and e-mail access to instrument technical support from our Technical Assistance Center (TAC) and to application technical support. Government Responsibilities : 1. The Government will at all times keep the Equipment in the environmental conditions recommended by the manufacturer. And, 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. The Government will adhere to 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. Reporting Requirements and Deliverables: • The Contractor shall 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 and is not expected to exceed the simplified acquisition threshold, only one responsible source and no other supplies or services will satisfy agency requirements. Statutory Authority : This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Additional Information: Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $20.5M. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001). The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-87-1 (March 16, 2016). This requirement is under the SAT 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 March 23, 2016 and must reference synopsis number HHS-NIH-NHLBI-CSB-(HG)-2016-101-DM by 7:30 a.m. Eastern Time, 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)-2016-101-DM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04053796-W 20160319/160317234857-164022df692e8406a51391c315874ee7 (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.