Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2022 SAM #7533
SOLICITATION NOTICE

J -- Unchained Labs Big Lunatic Microvolume Plate Reader Annual Service Contract

Notice Date
7/14/2022 4:29:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00324
 
Response Due
7/22/2022 8:00:00 AM
 
Archive Date
08/06/2022
 
Point of Contact
Morgen Slager, Phone: 3014020952
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@nih.gov)
 
Description
(i)� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)� � The solicitation number is 75N95022Q00324 and the solicitation is issued as a �request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; �and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a Firm Fixed Price Purchase Order without providing for full and open competition (including brand-name) to Unchained Labs, 6870 Koll Center Parkway, Pleasanton, CA 94566 for Unchained Labs Big Lunatic Microvolume Plate Reader Annual Service Contract with 3 Option Years. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the sole source justification is that the essential characteristics of the Unchained Labs Big Lunatic Microvolume Plate Reader Annual Service Contract limit the availability to a sole source are Unchained Labs is the sole proprietor of maintenance agreements for their instrumentation. Only this suggested source can furnish the requirements, to the exclusion of other sources, because parts and repairs are required to be OEM. Additionally, all service and preventative maintenance (PM) work and all service work must be completed by an Unchained Labs factory trained engineer. This is necessary to ensure continuance of equipment warranty and standardization of research data. Only this suggested source can furnish the requirements, to the exclusion of other sources, because Unchained Labs does not allow service to be performed by a third party service group, it could cause an error with the components leading to a system failure or damage. Furthermore, it would invalidate any additional warranties associated with the Unchained Labs instrument. As such, we require an annual service contract with Unchained Labs to cover the Big Lunatic Microvolume Plate Reader and all associated components. (iii)� � The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06 dated May 26, 2022. (iv)� � The associated NAICS code 811219 � Other Electronic and Precision Equipment Repair and Maintenance and the size standard in millions of dollars is $20.5.This requirement is sole source. (v)� � �This requirement is for Unchained Labs Big Lunatic Microvolume Plate Reader Annual Service Contract with 3 Option Years. (vi)� � This requirement is for an Unchained Labs Lunatic Service and Maintenance contract, which includes one annual preventative maintenance (PM) for the Unchained Labs Big Lunatic Microvolume Plate Reader (SN 4000695). Background: The ACC utilizes an Unchained Labs Big Lunatic Microvolume Plate Reader for the determination of protein, DNA, and RNA concentration within a large number of samples for a wide array of assays and projects. This quantitative analysis is highly important for the proper generation of analytical and high-throughput screening data. There has been an increasing number of project requests for the analysis of intact protein, peptide (digested from protein extraction), and antibody drug conjugation. In order to address these increasing demands, the ACC requires continuous access to a functioning Big Lunatic, which is a powerful QC tool that performs high-speed and automation friendly quantification of protein, DNA, and RNA for 96 samples in 5 minutes with minimal hands-on-time for the highest level of productivity. To help ensure the Big Lunatic Microvolume Plate Reader has constant operability, we have a need for a service contract, as well as preventative maintenance from Unchained Labs. Purpose: The National Center for Advancing Translational Sciences (NCATS) Analytical Chemistry Core (ACC) requires an annual service and maintenance agreement for an Unchained Labs Big Lunatic Microvolume Plate Reader used by NCATS� chemists and biologists. To ensure that research data remains standardized across the NCATS Chemistry Section, only Original Equipment Manufacturer (OEM) service and parts are acceptable to meet the needs of this requirement. Specifically, the NCATS Analytical Chemistry Core (ACC) requires a service agreement that includes the instrumentation under Specific Requirements. Project Requirements: Part # 704-2001 - 12 Month Service Contract for Lunatic �Description: 12 month service contract for a Lunatic, DropSense96 or DropSense96 Classic platform. Does not include annual preventative maintenance service. Contract covers labor costs and replacement parts for repairs during the contract period. Requested service will take place at the customer site by an Unchained Labs employee Part # 704-2005 - Lunatic or DropSense Preventative Maintenance Description: One day on-site preventative maintenance for all Lunatic or DropSense platforms. Does not include operational qualification. Deliverables The field service engineer will provide documentation outlining the performance attributes of the Unchained Labs Big Lunatic Microvolume Plate Reader. (vii)� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 8/01/2022 � 7/31/2023, maintaining the Big Lunatic Microvolume Plate Reader at a working condition meeting factory specifications. The place of performance will be 9800 Medical Center Drive, Rockville, MD 20850. Base Period: August 1, 2022 � July 31, 2023 Option Period 1: August 1, 2023 � July 31, 2024 Option Period 2: August 1, 2024 � July 31, 2025 Option Period 3: August 1, 2025 � July 31, 2026 (viii)� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) �FAR 52.225-6, Trade Agreements Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ��� �https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)> HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)� � The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)� � The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� � The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)� �There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)� Responses to this solicitation 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. The Unique Entity ID from SAM.gov, 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. All quotations must be received by 11:00 a.m., Eastern Daylight/Standard Time, on July 22,2022, and reference Solicitation Number �75N95022Q00324. Responses must be submitted electronically to Morgen Slager, at morgen.slager@nih.gov. U.S Mail and Fax responses are not accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34c557a3794f4f5e98e7dfa09721102d/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06388822-F 20220716/220714230119 (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.