SOLICITATION NOTICE
J -- Annual Maintenance service on GE Healthcare Bio-Sciences instruments
- Notice Date
- 2/21/2018
- 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 Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800054
- Archive Date
- 3/15/2018
- Point of Contact
- Hunter A Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The Office of Acquisition (OA) at the National Institute on Drug Abuse (NIDA) at the National Institutes of Health (NIH) under the Department of Health & Human Services (DHHS), on behalf of the National Center for the Advancement of Transalational Sciences (NCATS) intends to negotiate and award a contract for services to obtain annual maintenance service on existing, government-owned laboratory equipment manufactured and produced by GE Healthcare Bio-Sciences, located at 100 Results Way, Marlborough, MA 01752, by an OEM-certified technician from a GE Healthcare Bio-Sciences authorized service provider. Specifically, the subject equipment includes two (2) INCA2200 IMAGING SYSTEMS, S/N's 29027886-MK03131 and 29027886-MK03125, and one (1) AKTA Pure 25 M1 system, S/N 29018227-1945563. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, sources sought type of notice, number HHS-NIH-NIDA-SBSS-2018-086, released on FedBizOpps from January 25, 2018 through February 5, 2018, indicates only one source of supply or service is capable of achieving this Government requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-97 / 01-24-2018. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Project Description Statement of Work: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the following tasks. 1. One (1) Annual on-site Preventive Maintenance visit, to ensure the systems are performing to factory specifications, including all cost for labor, travel and parts, to include a full system diagnostic using GE Exclusive software and critical part exchange. 2. Unlimited breakdown calls, PRIORITY response, and access to expert applications and technology support center (M-F 8am-5pm). 3. Service from GE Healthcare Bio-Systems trained and qualified field service engineer to government facilities in 9800 B and 9800 C where the instruments reside from 8 AM to 8 PM. 4. Unlimited Replacement service parts, components, or modules necessary for repairs, excluding consumable product replacements. Advance Understanding: Contractor must be a GE Healthcare Bio-Sciences authorized service provider and be able to provide OEM-certified technicians fully credentialed with current up-to-date training and certification in accordance with the manufacturer's standard commercial practice. Maintenance service shall include labor and parts coverage, extended coverage hours, on-site labor response, technical telephone response (call-back to schedule), and planned maintenance, extended planned maintenance coverage hours, software updates, customer engineer training, and preferred labor rate. Contractor will have 2 business days to respond to service requests and 2 weeks to complete service requests. Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC with service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. The reports will cover any problems encountered, problem resolution, unresolved problems, softeware updates, and any miscellaneous issues observed. A detailed written report of any service and\or preventative maintenance shall be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being completed. Purpose and Objectives The purpose of this potential requirement is to obtain annual maintenance service and fullcare coverage on the subject equipment manufactured by and previously purchased from GE Healthcare Bio-Sciences from an authorized GE Healthcare Bio-Sciences service provider by OEM-certified technicians. Specifically the subject equipment includes two (2) INCA2200 IMAGING SYSTEMS, S/N's 29027886-MK03131 and 29027886-MK03125, and one (1) AKTA Pure 25 M1 system, S/N 29018227-1945563. The NCGC operates the subject equipment at 9800 Medical Center Drive, Rockville, MD 20850 and has provided high quality optimization of measures in many labs across NCGC. Period of Performance The Peroid of Performance of this requirement is for 12 months from the Effective Date of Contract (EDOC) award. A Firm-Fixed price type of contract is anticipated to be awarded as a result of this solicitation. 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 solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) at 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 February 28, 2018 at 4:00 PM Eastern and must reference the subject announcement number on all correspondences. Responses must be submitted electronically to Mr. Hunter Tjugum at hunter.tjugum@nih.gov. FAX requests are not accepted. 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/NIDA-01/NIHDA201800054/listing.html)
- Record
- SN04830480-W 20180223/180221232017-30bb7f15f9ffae4e035cda8b1dbec423 (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 |