Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOLICITATION NOTICE

J -- Acquisition of Alstra Peptide Synthesizer Maintenance

Notice Date
2/15/2023 1:20:16 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-23-085
 
Response Due
3/2/2023 6:00:00 AM
 
Point of Contact
Amber Harris, Fax: 3014803278
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
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 (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 BIOTAGE INC for the Alstra Peptide Synthesizer Maintenance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811210 with a Size Standard of $30.0. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2023-01 Effective December 30, 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). 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: � � ��� ��� �3/28/2023 � 3/27/2024 Option year 1: ��� �3/28/2024 � 3/27/2025 Option year 2: ��� �3/28/2025 � 3/27/2026 Option year 3: ��� �3/28/2026 � 3/27/2027 Option year 4: ��� �3/28/2027 � 3/27/2028 Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 5 Memorial Drive Bethesda, MD 20892 � ? DESCRIPTION OF REQUIREMENT The Laboratory of Chemical Physics specifically (Tycko�s Lab) is currently pursuing several distinct but inter-related projects. Utilizing solid state NMR and electron microscopy to characterize molecular structures of amyloid-? fibrils, including fibrils that develop in brain tissue of Alzheimer�s disease patients. We are developing new experimental methods that allow detailed molecular structural studies of transient intermediates in processes such as protein folding, ligand binding, peptide aggregation, and protein self-assembly. We are investigating the structural and physical basis for fibril formation by low-complexity protein sequences.� The Alstra Peptide Synthesizer is an important tool to prepare synthetic peptides for our solid-state NMR research and is required to have periodical tune-up and calibration. The system contains the Initiator +Alstra synthesizer, UV monitoring, Robot automation, Microwave heating source, and its touch screen that control the system. _________________________ PURPOSE AND OBJECTIVES The objective of this request is to procure a base, plus four (4) option year maintenance and support service for the Alstra Peptide Synthesizer, ensuring the condition of this system for our research. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Service Agreement � Priority � Biotage Initiator+ Alstra � features for the service of the Alstra Peptide Synthesizer for the Tycko Lab include: a.�� �Annual Preventative Maintenance� b.�� �Non-Optimal System Upgrades (Hardware and Software) (s) c.�� �All required system calibrations d.�� �All service parts, travel and labor e.�� �Unlimited toll-free phone and email support f.�� �Manufacturer factory-trained technicians g.�� �3-day target response for Down System Calls TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: Task Area 1 � Service/Repair Agreement � Contractor shall provide unlimited repair inclusive of shipping within 3-days for �Down System Calls� and within 24 hours for additional service calls. Contractor shall include unlimited toll- free phone and email support. Contractor shall provide manufacturer factory-trained technicians. Services for all required system calibrations provided with service parts, travel and labor included. Task Area 2 � System Upgrades � Contractor shall provide non-optimal system upgrades inclusive of software and/or hardware within 24 hours upon request. Task Area 3 � Annual Preventative Maintenance � Contractor shall provide one yearly visit to conduct service(s) on the equipment (to be scheduled by PM). Contractor shall provide service within 48 hours when the equipment fails. This work will be provided during regular business hours (8:00am � 4:00pm) on regular business days (Monday � Friday). The instrument will be located in the following area for service:� Tyco Lab � NIDDK, Building 5, Memorial Drive, Room 411 9000 Rockville Pike, Bethesda, Maryland 20892. 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 BIOTAGE INC to be the only reasonable available source to provide Alstra Peptide Synthesizer Maintenance. �� This acquisition was pursued on a sole source basis centered on the fact that the Alstra Peptide Synthesizer is complex, powerful, and precise equipment. To achieve a reliable and reproducible result, the Alstra Peptide Synthesizer requires a regular/on-going maintenance. The Alstra Peptide Synthesizer and any attached peripherals use a technologically advanced method to assure the performance of this equipment within manufacturer specifications. Only BIOTAGE INC has proprietary rights to the design and software utilized for this equipment. BIOTAGE INC is the only company with access to performance verified component parts, spare parts, software, technical support, upgrades, and engineering resources to maintain the original operating specifications by BIOTAGE INC. BIOTAGE INC�s staffed Field Service Engineers (FSE�s) are the only certified and factory trained engineers available to service the instrument and are part of an organization that is ISO certified. �The lab does not have the specialized, proprietary training needed to fix this instrument. This leaves us with 3 options; (1) episodic per-event payment for repair, (2) direct contract with the instrument vendor, or (3) contracting with an insurance/service management provider as a 3rd party which would indirectly pay for instrument service. �Because of the limited number of certified technicians and finite number of spare parts, the episodic approach leads to very long delays in instrument servicing. �Disincentives for faster, more expensive repair (where excess parts used in addressing potential approaches to fixing the instrument cannot easily be returned to the contract engineer�s company, BIOTAGE INC) will reduce the efficiency of the 3rd party solution. This results in the need for a direct contracting solution, which is the most effective way of maintaining the instrument. The savings between options 2 and 3 are not as significant relative to the internal revenue from cost recovery which would be lost if there were just a few delays in repair (especially as knock-on effects lead to disproportionate delays in many types of project support). Direct service by the vendor is superior to third party insurance-like coverage because service provided by technicians from the vendor include delivery of multiple fix kits to cover a single issue prior to a service call. �Third party providers are unable to support a rapid response time to service calls. �Failure to use BIOTAGE INC to service the Alstra Peptide Synthesizer and its many components may result in voiding any manufacturer warranties on the Alstra Peptide Synthesizer, delays for software upgrades and repairs, and could result in inaccurate research results that in turn could result in The Laboratory of Chemical Physics�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. 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 Unique Entity Identifier (UEI), 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 Thursday, March 2, 2023 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov . Assessment of Capability Lowest Price Technically Acceptable �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb8a351ebe8243569a6f0f07ce268fdb/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06592239-F 20230217/230215230113 (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.