Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SOLICITATION NOTICE

J -- Warranty for PCR instruments

Notice Date
5/3/2018
 
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
NIHDA201800194
 
Archive Date
5/24/2018
 
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 Roche Diagnostics Corpoprpation for preventive maintenance services for two (2) polymerase chain reaction (PCR) instruments: the LightCycler® 1536 and LightCycler® 480-384. The service of the LightCyler® Instruments must be performed by Roche Diagnostics trained service engineers or the warranties are rendered null and void. The proprietary nature of the instruments' technology requires Roche Diagnostics perform certain maintenance and service procedures. The operator manuals describe the routine maintenance activities that should be performed by end users. All other activities must be performed by Roche Diagnostics trained service engineers. 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 and effective 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 Warranty for PCR instruments Purpose and Objectives The mission of the The National Center for Advancing Translational Sciences (NCATS) Chemical Genomics Center (NCGC) is to bridge the gap between basic researchers studying the pathology of various diseases and the realm of high-throughput screening, allowing for the discovery and development of novel small molecule probes with activity against these same disease states. NCATS has two (2) polymerase chain reaction (PCR) instruments manufactured by Roche Diagnostics Corporation, the Lightcycler 1536 and the Lightcycler 480-384, to perform real time PCR analysis. These instruments require warranties to keep them up to date in software, have regular preventative maintenance performed and in case of instrument malfunction. This acquisition is to continue the warranties on both of these instruments. Preventive maintenance and support services for the following two (2) instruments manufactured by Roche Diagnostics Corporation: one (1) Lightcycler model 1536 serial number 40054, and one (1) Lightcycler model 480-384 serial number 6274. The services will cover both of these instruments for a one year period, continuously from the previous warranty expiration. Regular weekday service calls on an unlimited basis. All warranted repair parts and the travel and labor to install. Labor and supplies for preventative maintenance. Emergency repairs to be made within 24 hours of request. All services required to recertify instruments for warranty due to a lapse in coverage. All repairs to be completed at NCATS, 9800 Medical Center Drive, Rockville, MD 20850 location. All servicing of these instruments must be performed by Original Equipment Manufacturer (OEM) authorized service providers or the warranties are rendered null and void. Contractor shall have access to proprietary parts and test instrumentation for effective repair in case of malfunction. Technical performance requirements include system coverage on the subject equipment by OEM factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified (new or like-new) and compatible with the subject equipment. Contractor shall schedule and perform onsite preventive maintenance on the subject equipment from 8:00 am - 5:00 pm Monday through Friday, excluding Federal holidays. Period of Performance One year from the date of award. CLOSING STATEMENT This synopsis is not a request for competitive proposals. No solicitation or RFQ will be forthcoming. 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 for each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price;and (iii) past performance (see FAR 13.106-2) All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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 11:59 AM Eastern Time, Wednesday, May 9, 2018, and reference number NIHDA201800194. 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/NIHDA201800194/listing.html)
 
Place of Performance
Address: Building B, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04909641-W 20180505/180503230725-55756197384543cc4c0077bcc44c3158 (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.