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 one rotating anode X-ray generator, an associated Hakris heat exchanger and one Eiger 4M pixel array detector, and one Eiger2 R 4M pixel array detector

Notice Date
2/15/2023 1:16:10 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-23-086
 
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 RIGAKU AMERICAS CORPORATION for Acquisition of one rotating anode X-ray generator, an associated Hakris heat exchanger and one Eiger 4M pixel array detector, and one Eiger2 R 4M pixel array detector.� 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 4/1/2023 to 3/31/2024 � � � � Place of Performance National Institutes of Health� National Institute of Digestive, Diabetes & Kidney Diseases� 5 South Drive Bethesda, MD 20892 � ? DESCRIPTION OF REQUIREMENT The Structural Biochemistry Section intends to renew the maintenance service contract covering two rotating anode X-ray generators, two associated Hakris heat exchangers, one Eiger 4M pixel array detector, and one Eiger2 R 4M pixel array detector. Also included are the BioSAXS Small Angle X-ray Scattering System with associated Automatic Sample Changer.� _________________________ PURPOSE AND OBJECTIVES The purpose of this order is to renew the maintenance service contract of one rotating anode X-ray generator, an associated Hakris heat exchanger and one Eiger 4M pixel array detector and one Eiger2 R 4M pixel array detector. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The continued operation of all the equipment is essential and mission critical as the X-ray diffraction laboratory is an NIDDK resource and over 40 scientists are dependent on it for their research. The service contract offered by Rigaku Americas Corporation for the period extending between 04/01/2023 - 03/31/2024 covers the essential maintenance needs of these X-ray instruments. Rigaku Americas is the sole source of such maintenance contracts.� ��� �Able to repair or replace all components covered under the service contract so that performance of the systems (such as X-ray flux density, X-ray beam stability and operational reliability) is not compromised but repaired or replaced without any explicit requirements of uptime� ��� �Respond to service calls within in 72 hours ��� �Service must include 1 preventative maintenance visit during the period. Service must include 1 anode rebuild and balancing per X-ray generator covered (two in total)� ��� �Service must include software support including phone support and upgrades 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 � Shipping: Maintenance will be performed at National Institutes of Health, NIDDK, Bldg. 5, Room 334, 9000 Rockville Pike, Bethesda, Maryland 20892 Task Area 2 � Support: Vendor will provide software upgrades and software support, including phone support. � Task Area 3 � Warranty: There is a standard one-year warranty. 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 RIGAKU AMERICAS CORPORATION to be the only reasonable available source to provide Service Contract Renewal for one rotating anode X-ray generator, an associated Hakris heat exchanger and one Eiger 4M pixel array detector, and one Eiger2 R 4M pixel array detector. �� This acquisition was pursued on a sole source basis centered on the following. Rigaku Americas Corporation is the manufacturer of the equipment and parts and is the sole vendor who has the necessary expertise to repair, adjust, and calibrate the equipment. In addition, all software controlling the X-ray generators and X-ray detectors are proprietary software produced by Rigaku. They are only vendor offering service contracts with the quoted performance specifications on Rigaku made X-ray generators and X-ray detectors, and other required instrumentation. RIGAKU AMERICAS CORPORATION 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 RIGAKU AMERICAS CORPORATION. RIGAKU�s technicians are the only certified and factory trained engineers available to service RIGAKU AMERICAS CORPORATION instruments. �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, RIGAKU AMERICAS CORPORATION) 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 RIGAKU AMERICAS CORPORATION to service the rotating anode X-ray generator, the associated Hakris heat exchanger and the Eiger 4M pixel array detector, and the Eiger2 R 4M pixel array detector and its many components may result in voiding any manufacturer warranties on the equipment, delays for software upgrades and repairs, and could result in inaccurate research results that in turn could result in The Laboratory of Molecular Biology Structural Biochemistry Section�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/a07a55e039d04381bfa4c5dccc7838ca/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06592240-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.