SOLICITATION NOTICE
J -- service and maintenance of the BD equipment
- Notice Date
- 11/25/2019 11:46:29 AM
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-015
- Response Due
- 12/9/2019 6:00:00 AM
- Archive Date
- 12/24/2019
- Point of Contact
- Amber Harris
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Description
- INTRODUCTIONTHIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).The National Institutes of Health, Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) on behalf of the on behalf of the National Institute of Digestive, Diabetes & Kidney Diseases intends to award a purchase order without providing for full and open competition (Including brand-name) to BECTON, DICKINSON AND COMPANY for a one year service contract to cover service and maintenance of the BD Symphony A5, one BD FACStation, FACS Flow Supply System, OBIS 405-200 LX Violet Lsr, OBIS 637-140 LX Red Lsr, G4 355-60 w/BD UV Lsr, Cohr Sapphire 532-200 Laser, OBIS 488-150 LX Blue Laser.NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODEThe intended procurement is classified under NAICS code 811219 with a Size Standard of $20.50.REGULATORY AUTHORITYThe resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2020-01.This acquisition is conducted under the procedures as prescribed in FAR subpart 13—Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000).STATUTORY AUTHORITYThis acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1—Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). PERIOD OF PERFORMANCE01/02/2020 to 01/01/2021Place of PerformanceNational Institutes of HealthNational Institute of Digestive, Diabetes & Kidney Diseases10 Center DriveBethesda, MD 20892 DESCRIPTION OF REQUIREMENT Svc Cont FACSymphony A5 5 DAY COVERAGE (Monday through Friday 8:00 AM to 5:00 PM Customer Time)This Agreement covers the BD Symphony A5 and one BD FACStation (excluding printers)for labor, travel expenses and parts (excluding consumable items and lasers) for the following:- Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period- Two (2) PM Kits will be provided Software Revisions that are released during the Agreement term- Unlimited service visits during the term of this Agreement, Monday through Friday, excluding BD Biosciences holidays- 48-hour guaranteed response to a request for emergency on-site service (Monday through Friday, excluding BD Biosciences holidays). If we fail to meet our commitment, a $500.00 Response Time Credit will be issued- Under this Agreement, CUSTOMER will be billed at the prevailing hourly rate for labor and travel for service provided on weekends and holidays, minimum 4 hours labor and travel combined- Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge- Workstation printers are not coveredSvc Cont FACS Flow Supply SystemThis plan covers the FACS Flow Supply System for labor, travel expenses and parts (excluding consumables) for the following:- Unlimited service visits, Monday through Friday, excluding BD Biosciences holidays.- Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge. Svc Cont OBIS 405-200 LX Violet LsrSvc Cont OBIS 637-140 LX Red LsrSvc Cont G4 355-60 w/BD UV LsrSvc Cont Cohr Sapphire 532-200 LsrSvc Cont OBIS 488-150 LX Blue Lsr CLOSING STATEMENTThis 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: descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements, 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 to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Monday, December 9, 2019 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov .Assessment of CapabilityLowest Price Technically Acceptable
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/11c4f21e0b7b4524aff6befb261266d3/view)
- Place of Performance
- Address: 7125, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05502747-F 20191127/191125230256 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |