SOLICITATION NOTICE
J -- SERVICE CONTRACT
- Notice Date
- 6/22/2020 1:15:45 PM
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NIH, NICHD, OD OAM OFC ADMIN MGMT BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NICHD-20-126
- Response Due
- 6/25/2020 8:00:00 AM
- Archive Date
- 06/26/2020
- Point of Contact
- Verne Grifin, Phone: 3015947730, Kyle Wisor, Phone: 3018277736
- E-Mail Address
-
verne.griffin@nih.gov, kyle.wisor@nih.gov
(verne.griffin@nih.gov, kyle.wisor@nih.gov)
- Description
- MODIFICATION Modification to include Model Numbers INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to award a purchase order without providing for full and open competition for Base + 4 Options years with Shimadzu Scientific Instruments, 7170 Riverwood Drive, Columbia, MD 21046, U.S.A. to provide a� service contract on Shimadzu HPLC system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard 1000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2020-06 effective 06-05-2020. 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) and FAR Subpart 12- Acquisition of Commercial Items. STATUTORY AUTHORITY This 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 PERFORMANCE Base Period � ����������� 08/17/20 08/16/21 Opt One ������������������� 08/17/21 08/16/22 Opt Two ������������������� 08/17/22 08/16/23 Opt Three����������������� 08/17/23 08/16/24 Opt Four ������������������ 08/17/24 08/16/25 Place of Performance National Institutes of Health 9000 Rockville Pike Bethesda, MD� 20892, United States Description of the Requirement: The instruments �CBM-20A SN# L20235456543, LC-20AR SN# L21805300303, LC-20AR SN#L21805300304, SPD-20A SN#L20135452005 and any attached peripherals use a technologically advanced method to analyze chemicals and to separate samples. Shimadzu Scientific Instruments, INC has proprietary rights to the design and software utilized in these instrument(s).� Shimadzu Scientific Instruments, Inc. is the only company with access to proprietary: performance verified component parts, spare parts, software, technical support, upgrades, and engineering resources to maintain the original operating specifications for your Shimadzu Scientific instrument. Shimadzu Scientific Field Service Engineers (FSE�s) are the only company certified and factory trained engineers available to service these instrument(s) and are part of an organization that is ISO certified.�� �CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon previous the market research conducted as prescribed in FAR Part 10�Market Research.� Only one source is available: Per FAR 13.106-1(b)(1) the Contracting Officer has determined the HPLC and any attached peripherals use a technologically advanced method to analyze chemicals and to separate samples. �Shimadzu Scientific Instruments, INC has proprietary rights to the design and software utilized in this instrument.� 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 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 to this notice shall be submitted electronically by 11:00 am Eastern Standard Time, on June 25, 2020 to Verne Griffin, verne.griffin@nih.gov and shall reference solicitation number NICHD-20-126. �Assessment of Capability Award will be made to the contractor who provides the most advantageous quote to the government.� Technical factors and price considered.� In order to be considered technically acceptable the offeror must provide the services listed under �Description of the Requirement�.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ee6354a10b0f4ece8a5d8ac54bf1ace4/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05698508-F 20200624/200623042655 (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 |