Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2022 SAM #7703
SOLICITATION NOTICE

J -- Service Maintenance Agreement

Notice Date
12/28/2022 5:38:35 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-23-050
 
Response Due
1/12/2023 8:00:00 AM
 
Archive Date
01/13/2023
 
Point of Contact
GRIFFIN, VERNE L, Phone: 3015947730, Kimesha Leake, Phone: 3015948205
 
E-Mail Address
verne.griffin@nih.gov, Kimesha.leake@nih.gov
(verne.griffin@nih.gov, Kimesha.leake@nih.gov)
 
Description
PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS 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 (Including brand-name) to Life Technologies Corporation, 5781 Van Allen Way, Carlsbad, CA� 92008 for a Base + 4 Option Years - Service Maintenance Agreement/Quant Studio 7 Flex Real-Time PCR. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811210 with a Size standard in millions of dollars $34.0. � REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2022-08 effective 10-28-2022.� 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 the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold.� Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. Place of Performance National Institutes of Health 9000 Rockville Pike Bethesda MD 20892 United States DESCRIPTION OF REQUIREMENT The NIDDK supports a wide range of medical research through grants to universities and other medical research institutions across the country. The Institute also supports government scientists who conduct basic, translational, and clinical research across a broad spectrum of research topics and serious, chronic diseases and conditions related to the Institute's mission. In addition, the NIDDK supports research training for students and scientists at various stages of their careers and a range of education and outreach programs to bring science-based information to patients and their families, health care professionals, and the public. The objective of this request is to procure a base, plus four (4) option year service contract to ensure the proper functioning of equipment. The service contract of the Quant Studio 7 Real-Time PCR System is essential for the continuation of optimal research productivity.� SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Quant Studio 7 Flex (with AB Assurance Plan) AB Assurance service plan to include (but not limited to): Priority telephone and email access to instrument technical support. Telephone and email access to application technical support. Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB�s Remote Monitoring software.�� TASK AREAS: Task Area 1 � Preventive Maintenance Check � Contractor shall provide: Parts, labor, and travel for remedial repair. No charge for planned maintenance visits. The number of planned maintenance visits is indicated in LT's quotation (A). The annual planned maintenance (PM) visit is automatically opened and will be performed within the contract period. This PM visit ensures optimal performance of your instrument, often preventing major breakdowns before they happen.� Guaranteed priority response time of 2 business days after receipt of a service call for instruments located in LT's Service Zones 1 and Zone 2. If LT fails to arrive at the instrument location within Zone 1 or Zone 2 within 2 business days for reasons other than customer's failure to provide access to LT or causes beyond the reasonable control of LT, LT will provide customer a service plan renewal credit in an amount equivalent to one day's pro-rated charge for each day LT's response is late. Target response time of 3 business days for remedial repairs outside of Zones 1 and 2. LT will use reasonable efforts to respond within 3 business days from receipt of a service call. Priority telephone and email access to instrument technical support. Telephone and email access to application technical support. Remote Monitoring and Dx Service, which provides for notification to customer of instrument failures or errors that are reported by AB's Remote Monitoring software. Task Area 2 � Maintenance Requirements � Contractor shall perform services in the presence of GDDB staff Monday through Friday (excluding vendor holidays), during the hours of 8:00 a.m. to 5:00 p.m. local standard time. Task Area 3 � Location of Service(s) � The Contractor shall perform the services for the Quant Studio 7 Real-Time PCR System located in Bethesda, Maryland 20892. The period of performance for this requirement is: Base Period:������� ������������� 1/30/2023 � 1/29/2024 Option Period One:��������� 1/30/2024 � 1/29/2025 Option Period Two: ������� 1/30/2025 � 1/29/2026 Option Period Three: ����� 1/30/2026 � 1/29/2027 Option Period Four:�������� 1/30/2027 � 1/29/2028 ��������� Payment breakdown for services is Quarterly (in arrears). Billing terms per the vendor allowance is NET 60. 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 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 that Life Technologies Corporation is the only vendor that can provide the Quant Studio 7 Real-Time PCR System.� �Life Technologies Corporation is the only vendor with a complete replacement parts inventory, and the sole vendor that provides the necessary services related for maintenance and repair of the instrumentation. Only Life Technologies Corporation personnel possess the requisite authorized qualification(s), product knowledge and specialized training to provide such services. Failure to use Life Technologies Corporation to service Quant Studio 7 Real-Time PCR System and its many components may result in voiding any manufacturer warranties on the equipment, could result in inaccurate research results that in turn could result in GBB�s failure to meet its mission. 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. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted.� Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement, 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 Vendor/Contractor�s (UEI) the Unique Entity ID from SAM.gov is now the authoritative identifier for those doing business with the federal government. The DUNS Number is no longer valid for federal award identification, 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 (NICHD-23-050) shall be submitted electronically by 11:00 AM Eastern Standard Time, on January 12, 2023. Assessment of Capability The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbef749f1aa0400183582ea997ead871/view)
 
Record
SN06552751-F 20221230/221228230106 (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.