SPECIAL NOTICE
J -- Annual maintenance agreement for one government-owned BD LSR Fortessa Flow Cytometer With 5 Lasers and FACS Flow System
- Notice Date
- 5/17/2023 2:31:57 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- NIH NCI Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N91023Q6627973
- Response Due
- 5/26/2023 9:00:00 AM
- Point of Contact
- Miguel Diaz, Phone: 240-276-5439
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Description
- The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) intends to procure, on a sole source basis, annual maintenance agreements from BD Biosciences of 2350 Qume Drive, San Jose, CA, 95131 This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). The North American Industry Classification System (NAICS) code is 811210 and the business size standard is $34 million. BACKGROUND The LSR Fortessa Flow Cytometer (is used extensively in support of ongoing cancer research and patient care efforts by the NCI Surgical Oncology Program (SOP). The SOP performs clinical trials focused on gastrointestinal and endocrine cancers as well as endocrine tumor syndromes. The SOP Flow Cytometry Core Facility provides flow cytometry services to the NCI community for the analysis and isolation of cells and cell populations from a wide variety of sources. It is available to investigators seven days per week, twenty-four hours per day. The LSR Fortessa Flow Cytometer (Serial No. R647800L6075) for which the services are required is equipped with five lasers and a FACS flow supply system (Serial No. N3492775203) and includes a computer workstation. SCOPE � The LSRFortessa flow cytometer allows for the analysis of cells and has 18-color capability which allows the user to get more information per cell from smaller sample volumes which saves time and money but is also critical for clinical applications in which the samples are rare and/or have very low cell numbers to work with. The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for one (1) BD Biosciences LSRFortessa flow cytometer, Serial No. R647800L6075 (including computer workstation) equipped with: OBIS 561-50 Yellow/Green laser, OBIS 488-60 Blue laser, G4 355-20 UV laser, OBIS 405-50 LX Violet laser, OBIS 640-40 LX Red laser, and FACS flow supply system (Serial No. N3492775203). All maintenance services shall be performed on-site in accordance with the Original Equipment manufacturer�s most current standard commercial maintenance practices.� Onsite and emergency services shall be provided during standard business hours (defined as 8:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays found at www.opm.gov/policy-data-oversight/pay-leave/federal-holidays and Contractor holidays; and extended hours (5:00 pm � 9:00 pm EST, Monday through Friday) for any issues not able to be resolved remotely, or during normal business hours. Software updates/services maybe provided remotely as applicable. All travel, labor, materials, and related charges shall be included in the purchase order price. The Contractor shall provide all labor, materials, and equipment required to perform the following tasks: PREVENTIVE MAINTENANCE The Contractor shall perform two (2) planned preventive maintenances during each twelve-month period of performance.� Only technically qualified, factory-trained personnel shall perform this 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. Fees for labor, travel, and preventative maintenance replacement components as well as preventive maintenance (PM) kits shall be included at no additional cost to the Government. 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, 8:00 am � 5:00 pm, 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 forty-eight (48) hour on-site response and dispatch 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, OEM parts, and travel shall be included. REPLACEMENT PARTS The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. All parts shall be new and meet original equipment manufacturer specifications. Upon identification of required parts, they shall be delivered within 24 hours, or the following business day should the request fall on a Friday, or preceding a federal holiday or Contractor holiday. If parts will take longer than 24 hours to be delivered for any reason, the Contractor must provide the Government�s Technical Point of Contact with a notification stating the reason and estimated delivery timeframe immediately upon identification of delivery delay. SOFTWARE UPDATES/SERVICE The Contractor shall provide software service and updates in accordance with the original manufacturer�s latest established service procedures, to include unlimited 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. Installation of any software/updates shall be performed by a qualified factory-trained technician. TECHNICAL PHONE SUPPORT The Contractor shall provide at no additional cost to the Government unlimited clinical technical telephone support during standard business hours for troubleshooting for the instrument and clinical application support, 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. PERSONNEL QUALIFICATIONS Only technically qualified factory-trained personnel shall perform service to BD Biosciences LSRFortessa flow cytometer located in Building 10, Rm 5B56 as covered by this purchase order.� 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 purchase order. The technicians shall be specifically trained on covered equipment, associated accessories, and software. Technicians must have access to the latest official instrument documentation and software resources. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered under this contract. TYPE OF ORDER This is a firm fixed-price purchase order for severable services. � PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months from: 08/01/2023 through 07/31/2024, with four (4) 12-month option periods. BD Biosciences is the sole manufacturer and service provider for the LSR Fortessa flow cytometer. This instrument is used daily in the CCR SOP Flow Cytometry Core facility to analyze samples from clinical research studies using human samples. Due to the significant number of efforts this core facility supports, the equipment cannot be out of service for any length of time without causing significant delays to research efforts across the branch, and potential financial injury to the government due to the loss of analytical data from expensive and often irreplaceable experimental samples not being processed in a timely manner. BD Biosciences is the only known direct service provider that has the ability to provide an on-site service response for BD Biosciences instruments within 48 hours which is critical for reducing instrument downtimes.� Additionally, it is critical that the instrument is maintained by factory-trained and authorized technicians to ensure minimal downtime, as well as scientific accuracy of the equipment. BD does not authorize third-party service providers. BD is the only known source for factory-trained and certified technicians with access to proprietary parts, system schematics, software, and configurations required to maintain the equipment. The five lasers and the FACS flow supply system that are supplied with this BD Biosciences flow cytometer are configured for use in this instrument. Only lasers configured by BD for use in this instrument can be used without voiding the applicable warranties and ensuring that the system performs as intended. Thus, BD is the only source known to guarantee maintenance and repair for this requirement. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a capability statement for the Government to consider. The response 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 ET, on May 26, 2023.� All responses and questions must be via email to Miguel Diaz, Contracting Officer at miguel.diaz@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.� In order to receive an award, contractors must be registered and have valid certification through SAM.gov with completed Representations and Certifications. Reference 75N91023Q6627973 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9751ece2de8847a1aa99ab8221cc67e1/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06685071-F 20230519/230517230104 (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 |