Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2024 SAM #8158
SOLICITATION NOTICE

J -- FIREFLY AND DRAGONFLY RELIANCE COMPLETE SERVICE AGREEMENT

Notice Date
3/27/2024 2:26:46 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NOI-NIAID-24-2216802
 
Response Due
4/5/2024 1:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
 
E-Mail Address
diana.rohlman@nih.gov, Jesse.Weidow@nih.gov
(diana.rohlman@nih.gov, Jesse.Weidow@nih.gov)
 
Description
This is a Notice of Intent, not a request for proposal. The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with SPT Labtech Limited, to procure annual maintenance service on two Firefly liquid handler instrument and one Dragonfly liquid handler instrument used for sequencing projects for VIP - Suite 150 - 9 West Watkins Mill Rd, Gaithersburg, MD 20878 1)�� �12 month coverage firefly FF1004 12 Months Cover - reliance complete for firefly 6- head with genomics FF1004 �P.O.P. 05/27/2024 � 05/26/2025 2)�� �8-month Coverage firefly FF1031 8 Months Cover�reliance complete for firefly 6- head with genomics FF1031 (pro-rated) P.O.P. 09/29/2024 � 05/26/2025)� 3)�� �11.5 month coverage of dragonfly DFD380 11.5 Months Cover�reliance complete for dragonfly discovery 6-head DFD380 (pro-rated) P.O.P. �06/16/2024 � 05/26/2025) - Includes all parts, labor, and travel + 1 PM visit per agreement year for each instrument� Specs and requirements to be met: The purpose of this project is to secure repair and preventative maintenance against any future malfunctions on the firefly FF1004, firefly FF103, and the dragonfly DFD380 instruments used by�VIP unit at NIH.�SPT LABTECH is the manufacturer of the instruments. The manufacturer only supports the use of its proprietary supplies and services for its machines.� Services provided under this standard service agreement include: 1.�� �Telephone and remote access support 2.�� �Application software upgrades 3.�� �Remote application support 4.�� �Annual preventative maintenance visit (only applicable to contract terms over 6 months) o includes travel, expenses, and labor o includes replacement parts 5.�� �On-site repair and refurbishment o includes travel, expenses and labor o includes replacement parts The Place of performance is Gaithersburg, MD 20878 The statutory authority for this sole source requirement is 41 U.S.C.1901 (e) (2) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources that could provide required services may submit a capability statement that will be considered by email (subject line shall reference NOI-NIAID-24-2216802 to Diana Rohlman at diana.rohlman@nih.gov by 4:00 pm eastern standard time, Friday, April 05, 2024. All responses received by the closing date of this synopsis will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48b9dc8967ed45bcbfa48dfb0c63ce47/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN07010565-F 20240329/240327230040 (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.