Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2024 SAM #8235
SOLICITATION NOTICE

J -- Service/Maintenance Agreement for the IncuCyte S3 System

Notice Date
6/12/2024 12:45:29 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00348
 
Response Due
6/19/2024 1:00:00 PM
 
Archive Date
07/04/2024
 
Point of Contact
GIULIANA CAZETTA FALLER, Phone: 3014809789
 
E-Mail Address
giuliana.faller@nih.gov
(giuliana.faller@nih.gov)
 
Description
NOTICE OF INTENT to Sole Source SOLICITATION NUMBER: 75N95024Q00348 TITLE: �Service/Maintenance Agreement for the IncuCyte S3 System CLASSIFICATION CODE: J066 � Maintenance/Repair/Rebuild of Equipment � Instruments and Laboratory Equipment NAICS CODE: 811210 � Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE: June 19, 2024, at 4:00 PM ET PRIMARY POINT OF CONTACT: Giuliana Faller giuliana.faller@nih.gov Phone: 301.480.9789 DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH) National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Sartorius Corporation to provide a service and maintenance agreement for an existing Government-owned Sartorius live cell analysis systems. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 � Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $34 million. � REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023. DESCRIPTION OF REQUIREMENT Service/Maintenance Agreement for the following systems with the below coverage: IncuCyte S3 (SN#56106/51106) One (1x) Preventative Maintenance performed annually on covered instrument/system Inspection stickers will be affixed to each unit at the time of inspection. An equipment status report will accompany the certificates, providing an overview of inspection findings PURPOSE AND OBJECTIVES: The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions This request is for a service agreement for the Incucyte S3/Zoom for the FGL group at NCATS. This instrument is used for real-time, live-cell cellular imaging in an incubated chamber.� Because the Incucyte is a key tool in the FGL group�s research, it is essential that it is operating correctly at all times, with as little down time as possible. Parts and accessory items must be compatible with existing equipment.. ESTIMATED PERIOD OF PERFORMANCE: Base Year 07/24/2024 � 07/23/2025 Option Year 1 � 07/24/2025 - 07/23/2026 Option Year 2 � 07/24/2026 - 07/23/2027 Option Year 3 � 07/24/2027 - 07/23/2028 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. Specifically, Sartorius is the only vendor in the marketplace that can provide the products required by the NCATS. Sartorius is the only source authorized by the OEM to provide the parts, supplies, and services for this equipment. Because of the significant investment by NCATS in the purchase of this equipment, using an OEM-Authorized Service Provider is essential for maintaining the integrity of the system. The intended source is: Sartorius Corporation 565 Johnson AVE Bohemia, New York, 11716 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. 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 Unique Entity ID (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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95024Q00348. Responses must be submitted electronically to Giuliana Faller, Contract Specialist, at giuliana.faller@nih.gov.� U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43c15738b49f4a28a06a7ff2b586b745/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN07094527-F 20240614/240612230112 (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.