Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2020 SAM #6959
SOLICITATION NOTICE

J -- Maintenance Services for government owned GeoMx DSP System.

Notice Date
12/16/2020 7:23:49 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
NOI_75N91021Q00005
 
Response Due
12/28/2020 9:00:00 AM
 
Archive Date
01/12/2021
 
Point of Contact
Elizabeth Tucker, Jolomi Omatete
 
E-Mail Address
elizabeth.tucker@nih.gov, jolomi.omatete@nih.gov
(elizabeth.tucker@nih.gov, jolomi.omatete@nih.gov)
 
Description
DESCRIPTION� The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Cancer Genetics Branch (CGB), Genomics core intends to procure preventive maintenance support services on a sole source basis from Nanostring Technologies located at 530 Fairview Avenue N, Seattle, WA 98109. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. Only one award will be made as a result of this solicitation. This will be awarded as a Severable Firm-fixed price type contract with four option periods.� It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Cancer Genetics Branch (CGB), Genomics core requires preventative maintenance services for a government owned equipment. The CGB is providing multiple genomics services to advance cancer research. Using digital spatial profiling will allow to view tissue in a new light by combining high-plex gene expression profiling with the spatial resolution of immunohistochemistry. This technology is useful for examining cellular interactions, tissue heterogeneity, pathogenicity, and response to therapy. OBJECTIVE The purpose of this acquisition is to initiate a preventative maintenance service for a government-owned equipment the GeoMx DSP System s/n 1903G0012. SCOPE� The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for 1 government owned GeoMx System Serial Number: 1903G0012. All maintenance services shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices.��������� TYPE OF ORDER This is a firm fixed-price purchase order. SPECIAL ORDER REQUIREMENTS PREVENTIVE MAINTENANCE� The Contractor shall perform 3 planned preventive maintenances during the contract period.� Technically qualified factory-trained personnel shall perform Service.� Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer�s latest established service procedures.� All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. EMERGENCY SERVICE On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays.�� Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within provide a one (1) hour initial response with a four (4) hour on-site response a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition.� Emergency service calls shall not replace the necessity for planned preventative maintenance.� All labor and travel will be included. ����������� REPLACEMENT PARTS� The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. Parts will be delivered the earliest next day. SOFTWARE UPDATES/SERVICE� The Contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government.� The contractor shall receive advance approval for the installation of all software updates and revisions from the Government.� Defective software shall be replaced at no additional cost to the government. The Contractor shall provide unlimited clinical technical telephone support (24hrs/day, 7 days/week) for troubleshooting for the instrument and clinical application support (M-F 8am-9pm), excluding Federal holidays. SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water.� These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � PERIOD OF PERFORMANCE This award shall have a base period of twelve (12) months with four twelve (12) month option periods. ����������� Base Period: January 23, 2021 � January 22, 2022 ����������� Option Period One: January 23, 2022 � January 22, 2023 ����������� Option Period Two: January 23, 2023 � January 22, 2024 ����������� Option Period Three: January 23, 2024 - January 22, 2025 ����������� Option Period Four: January 23, 2025 � January 22, 2026 PERSONNEL QUALIFICATIONS Technically qualified factory-trained personnel shall perform service to GeoMx System Serial Number: 1903G0012 in the CCC Genomics Core, Bldg. 37/Rm 2135, as covered by this contract.� All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. PLACE OF PERFORMANCE Onsite services shall be performed at the following location: ����������� NIH, NCI� ����������� 37 Convent Drive ����������� Bldg 37, Room 2135 ����������� Bethesda, MD� 20892 This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 12:00 PM EST on December 28, 2020.� All responses and questions must be emailed to Elizabeth Tucker, Contract Specialist via electronic mail at elizabeth.tucker@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: NOI_75N91021Q00005 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5360c045819d4d5c9f4dd9bf2751a8b7/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05875327-F 20201218/201216230146 (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 |
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.