SOLICITATION NOTICE
J -- Maintenance/Repair service agreement for Amnis CellStream Flow Cytometry System
- Notice Date
- 2/13/2024 11:31:13 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024NOI00109
- Response Due
- 2/19/2024 2:00:00 PM
- Archive Date
- 02/20/2024
- Point of Contact
- Shivani Patel, Phone: 3015940527
- E-Mail Address
-
shivani.patel@nih.gov
(shivani.patel@nih.gov)
- Description
- SOLICITATION NUMBER: 75N95024NOI00109 TITLE: Maintenance/Repair service agreement for Amnis CellStream Flow Cytometry System CLASSIFICATION CODE: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT-INSTRUMENTS AND LABORATORY EQUIPMENT NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE: 2/19/2024 PRIMARY POINT OF CONTACT: Shivani Patel, Contracts Specialist NINDS Contracts Management Branch, NIDA Shivani.patel@nih.gov DESCRIPTION: THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS.� THIS IS NOT A REQUEST FOR QUOTE/PROPOSALS. The purpose of this order is to have a Cell Stream Complete Maintenance & Service Plan for an equipment purchased for the lab. The Inherited Movement Disorders Unit (IMDU) focuses on mitochondrial dysfunction in genetic forms of Parkinson�s disease. To date, the IMDU researchers have investigated the roles of specific mitochondrial proteins (including Parkin, PINK1, CHCHD2, and CHCHD10) which cause neurodegeneration when mutated. This is for a service contract to keep operational a benchtop flow cytometer with a high sensitivity detector that allows analysis of aspect ratio, size, and fluorescent intensity of cells and isolated mitochondria in a 96 well format, at a high flow rate (up to 20,000 events/s) in order to determine the effect of Parkinson�s disease-causing genes on mitochondrial function, consistent with the mission of the Inherited Movement Disorders Unit.� This requirement is for a 12-month Base period, which NIH intends to award on a sole-source basis to Cytek Biosciences Inc. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 with a Size Standard of $30M. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2022-08, dated 9/26/2022. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The National Institutes of Health (NIH) is an agency of the Department of Health and Human Services and the Federal focal point for health research. Its mission is to seek fundamental knowledge about the nature and behavior of living systems and apply that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), The Inherited Movement Disorders Unit (IMDU) focuses on mitochondrial dysfunction in genetic forms of Parkinson�s disease. To date, the IMDU researchers have investigated the roles of specific mitochondrial proteins (including Parkin, PINK1, CHCHD2, and CHCHD10) which cause neurodegeneration when mutated. This is for a service contract to keep operational a benchtop flow cytometer with a high sensitivity detector that allows analysis of aspect ratio, size, and fluorescent intensity of cells and isolated mitochondria in a 96 well format, at a high flow rate (up to 20,000 events/s) in order to determine the effect of Parkinson�s disease-causing genes on mitochondrial function, consistent with the mission of the Inherited Movement Disorders Unit.� CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION Cytek Biosciences Inc. is the only contractor who has manufacturer-trained and certified technicians to maintain and upgrade their patented and proprietary software and hardware.� They are the only firm who can provide updates to their scientific equipment and software.� They are the only firm who manufactures and certifies replacement parts for this equipment.�� All required parts and supplies for this equipment must be purchased from Cytek Biosciences Inc.� and the contractor must have direct access to these parts and labor.� Replacement parts or accessories must be compatible with the existing system. All manufacturer training is provided for Cytek Biosciences Inc engineers only and they do not allow third-party vendors to provide preventive maintenance nor emergency repair services on their equipment. Switching to another higher-level maintenance service provider from another vendor would require a substantial amount of time, resources and experience and is therefore not a suitable alternative. As there is no viable alternative service provider at this time, and only one authorized provider, the Government intends to issue an award on a sole-source basis to the following contractor: Cytek Biosciences Inc. 4520 East West Highway Suite 615 Bethesda, MD 20814 POC: Michael Nygard Email: mnygard@cytekbio.com (512) 364-1392 Contract Type: A firm-fixed price type contract is planned for this acquisition, consistent with commercial practices. CLOSING STATEMENT THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: 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 Dun & Bradstreet Number (DUNS), 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.� All responses must provide evidence that they can provide equipment that meets all of the requirements in this announcement. All responses must be received by 2/19/2024 by 5:00 PM EST and must reference the solicitation number, 75N95024NOI00109. Responses must be submitted electronically to Shivani Patel, Contracts Specialist, Contracts Management Branch � Red, NINDS Section, NIDA, at Shivani.patel@nih.gov. �U.S. Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f94ad6e368604a4498a2ed9b83ea2236/view)
- Place of Performance
- Address: Rockville, MD 20853, USA
- Zip Code: 20853
- Country: USA
- Zip Code: 20853
- Record
- SN06964189-F 20240215/240213230041 (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 |