SOURCES SOUGHT
66 -- BD Biosciences BD FACSLyric� 3L10C Lease, Consumables and Service
- Notice Date
- 10/8/2024 12:34:35 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH-CC-OPC-25-000002
- Response Due
- 10/23/2024 9:00:00 AM
- Archive Date
- 11/07/2024
- Point of Contact
- Kimala Winfield, Phone: 3014967015, Malinda Dehner, Phone: 3015946320
- E-Mail Address
-
kimala.winfield@nih.gov, dehnerm@cc.nih.gov
(kimala.winfield@nih.gov, dehnerm@cc.nih.gov)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. �Requests for a solicitation will not receive a response. �Responses to this sources sought must be in writing. �The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses interested and capable of providing the services described below. NIH-CC-OPC-25-000002 The information gained from this market research will help the National Institutes (NIH) Department of Laboratory Medicine (DLM) plan for its acquisition strategy.� Potential Large and Small Businesses shall include business information outlined in the section below as a part of their response. Complete responses to this notice shall be in the following format: SAM UEI Number Company Name Company Address, City, State and Zip Code Company Point of Contact, Email Address and Telephone Number Current GSA Schedule appropriate to this Sources Sought Socioeconomic Status: (i.e., HUBZone, 8a, Small Business, Women Owned Small Business, Veteran-Owned Small-Business, etc.) as validated in Central Contractor Registration (CCR).� All offerors must register in CCR located in https://www.sam.gov. Provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described in the Statement of Work. ***************************************************************************** The National Institutes of Health, Clinical Center, Department of Laboratory Medicine (DLM) has a requirement for an authorized Becton, Dickinson, and Company contractor to provide the continued lease of the BD FACSLyric� 3L10C system and supply three new additional instruments which is inclusive of the supply of proprietary reagents, consumables, tests, and to perform preventative and corrective maintenance service.� The Department of Laboratory Medicine provides laboratory testing for all Clinical Center inpatients and clinic outpatients. This translates to more than 1 million test results per year. �A hospital-wide information system is used for ordering and reporting laboratory tests. �There is also a stand-alone laboratory information system (LIS) that interfaces with the hospital information system. The Becton, Dickinson, and Company BD FACSLyric� 3L10C system is the only equipment that is compatible with existing BD reagents and consumables interface with the current BD equipment in the department infrastructure. The contractor shall provide preventative maintenance services on the following instruments: Quantity One (1) -New, BD-owned, BD FACSLyric� 3L10C Instrument US-IVD, Serial no. TBD. Quantity One (1) -Existing, BD-owned, BD FACSLyric� 3L10C Instrument US-IVD, Serial no. Z662878000091. Quantity One (1) -New, BD owned, BD FACSLyric� Universal Auto Loader US-IVD, Serial no. TBD. Quantity One (1) Existing, BD-owned, BD FACSLyric� Universal Auto Loader US-IVD, Serial no. Z662879000113. Quantity One (1) Existing, BD-owned, BD FACS� Loader for Canto II, Serial no. F34206560003. Quantity One (1) New, BD-owned, BD FACSDuet� Premium Sample Preps US, Serial no. TBD. The contractor shall furnish all personnel, equipment, materials, supplies, services, and shipping costs required to meet the government�s requirement.� Service includes but not limited to the following: ����������� Provide unlimited telephone support. ����������� Provide unlimited service visits. (Excluding federal holidays) ����������� Respond to emergency onsite requests. ����������� Software Updates. ����������� One Preventative Maintenance Inspection Performed Annually Period of Performance Base Year:���� � January 1, 2025- December 31, 2025 Option Year 1:� January 1, 2026- December 31, 2026�� Option Year 2:� January 1, 2027- December 31, 2027 Option Year 3:� January 1, 2028- December 31, 2028 Option Year 4:� January 1, 2029- December 31, 2029 Delivery Schedule: The Department of Laboratory Medicine (DLM) will submit requests by telephone or e-mail for reagents, consumables, tests on a as needed basis. The contractor shall perform the preventative maintenance services and perform software updates in accordance with the original equipment manufacturer�s specifications and recommendations.�� Services will be performed Monday through Friday during normal business hours.� Deliver to: Attention:� TBD National Institutes of Health 10 Center Drive Building 10, Room TBD Bethesda, MD 20892-1288 Contractors shall not reach out to the customer for any questions or clarifications.� All communications must go through contracting. ****************************************************************************** Important information:��The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. �This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. �No sub-contracting opportunity is anticipated. NAICS:� The North American Classification System (NAICS) code for this acquisition is 334516- (Small Business Size Standards Average 1,000 Number of Employees).� PSC:� 6640 Notice to potential offerors:�All offerors who provide goods or services to the United States Federal Government must be registered and have an active registration in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). � All interested Offerors should submit information by e-mail to kimala.winfield@nih.gov or��dehnerm@cc.nih.gov All information submissions�shall be received no later than 12:00 pm Eastern Standard Time October 23, 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/260678a1f23a4e4cb990e86cb252fc04/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07236461-F 20241010/241008230114 (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 |