SOLICITATION NOTICE
J -- Maintenance Agreements for Biotage Systems
- Notice Date
- 3/15/2018
- 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
- NIHDA201800114
- Archive Date
- 4/5/2018
- Point of Contact
- Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
- E-Mail Address
-
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.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 National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) intends to award a purchase order to Biotage, LLC for maintenance agreement for Biotage Systems. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a 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, dated January 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 The National Center for Advancing Translational Sciences (NCATS) Chemistry group at the National Institutes of Health (NIH) requires a maintenance agreement for our Biotage microwave systems. This agreement will cover any service situations that arise on this highly used and important equipment currently in use by the NCATS Chemistry area. This requested agreement will eliminate the amount of down time experienced when there are any performance issues. The Biotage Initiator microwaves are integral pieces of equipment in the synthesis of small molecules as biological probes. Since the system is automated, the experimentalist has the ability to multi-task. The contractor will be required to provide one-year maintenance services using original equipment manufacturer (OEM) authorized technicians and parts for the following microwave systems: • SER-IC60-SAP Service Agreement - Priority - Biotage® Initiator Robot Sixty (Classic): SN# 11676, SN# 11402, SN# 10405. Quantity: three (3). • SER-IP-SAP Service Agreement - Priority - Biotage® Initiator+: SN# 12427. Quantity: one (1). • SER-IP60-SAP Service Agreement - Priority - Biotage® Initiator+ Robot Sixty: SN# 12714, SN# 13020. Quantity: two (2). • SER-IA-SAP Service Agreement - Priority - Biotage® Initiator+ Alstra: SN# 00188. Quantity: zero and forty-six hundredths (0.46). * * The period of performance for this item will be from October 13, 2018 to March 31, 2019; as a result, the 0.46 quantity for this agreement is prorated to reflect a period of performance of less than one year. Purpose and Objectives To procure maintenance agreements for Biotage Systems. Period of Performance April 1, 2018 to March 31, 2019. 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 must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this notice must include sufficient information to establish the interested parties' bona fide capabilities of providing the product or service. The price quote shall include: total price, delivery date after receipt of order, and any other information or factors that may be considered in the award decision. Such factors may include: Ability to provide original equipment manufacturer (OEM) authorized technicians and parts for the equipment listed under the project requirements of this solicitation and prior experience servicing equipment listed under the project requirements of this solicitation. 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) 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 12:00 p.m. Eastern Standard Time, Wednesday, March 21, 2018, and reference number NIHDA201800114. Responses may be submitted electronically to Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. Fax responses will not be accepted. Contracting Office Address: 6001 Executive Blvd Room 3150, MSC 9559 Bethesda, MD 20892-9559 "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/NIHDA201800114/listing.html)
- Place of Performance
- Address: Bldg B, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04857043-W 20180317/180315232656-334b72921f2f1fef398c775bf095efc4 (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 |