Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2024 SAM #8388
SPECIAL NOTICE

66 -- Acquire new computer, software and recommission of a SPTLabtech Acumen (Serial EX809)

Notice Date
11/12/2024 5:10:32 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH Bethesda MD 20892 US
 
ZIP Code
20892
 
Solicitation Number
75N95025Q00028
 
Response Due
11/25/2024 9:00:00 AM
 
Archive Date
12/10/2024
 
Point of Contact
GIULIANA CAZETTA FALLER, Phone: 7033894004, KJ Shaikh, Phone: 3014351777
 
E-Mail Address
giuliana.faller@nih.gov, KJ.Shaikh@nih.gov
(giuliana.faller@nih.gov, KJ.Shaikh@nih.gov)
 
Description
NOTICE OF INTENT to Sole Source 1. SOLICITATION NUMBER: 75N95025Q00028 2. TITLE: Acquire new computer, software and recommission of a SPTLabtech Acumen (Serial EX809) 3. CLASSIFICATION CODE: 6640 -- Instruments & laboratory equipment NAICS CODE: 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING RESPONSE DATE: November 21, 2024, at 12:00 PM ET 4. PRIMARY POINT OF CONTACT: Giuliana Faller Giuliana.Faller@nih.gov Phone: 301.480.9789 5. 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 Institute on Drug Abuse (NIDA), Office of Acquisition (OA) the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to SPT Labtech Ltd. Melbourn Science Park Melbourn, Royston, Hert SG8 6HB, UK for the acquisition of new computer, software and recommission of a SPTLabtech Acumen (Serial EX809). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS 334516 -Analytical Laboratory Instrument Manufacturing with a Size Standard of 1,000 employees. 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) 2024-07 dated August 29, 2024. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) a computer, software and recommissioning to make functional an Acumen received from an outside lab. SPTLabtech will provide a computer and engineering services to install the computer and software and perform recommissioning to restore functionality of this device. Purchase Description: To fulfill the NCATS requirement, product shall be brand-name or equal to the SPT LabTech specific items, and at a minimum must meet the following salient physical, functional, or performance characteristics: 1) NCATS will receive and store any materials shipped by the vendor until the service engineer is on site to perform the installation.. 2) LGR will retrofit this system with: New LGR BioRAPTR 2.0 interface software, new computer, new 4 channel valve controller, new motion controller, new Z Axis motor, new air regulator and update the full system to make it equivalent to a new BioRAPTR 2.0. LGR will repaint the frame and exterior panels to make it look as new. The API for the automation interface will function as the current BioRAPTR. The parts and software LGR replaced will then have a one-year warranty. 3) LGR will install an automation friendly plate nest to the BioRAPTR 2.0s. 4) LGR shall remove both the assay plate lid lifter and barcode reader. 5) LGR shall perform a full calibration test on the system. Calibration Scale to be provided by NCATS. 6) LGR will re-crate and ship back the system to 9800 Medical Center Drive in Rockville. NCATS pays all shipping costs and will handle return shipping for these systems. 7) LGR shall provide all documentation (digital copies are acceptable) created as part of these activities. ESTIMATED PERIOD OF PERFORMANCE: The activities to be performed, delivery of the computer and onsite installation and recommissioning of the device, shall be scheduled by the vendor and completed with 30 days of transmittal of an approved PO. 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, SPT Labtech Ltd. Melbourn Science Park Melbourn, Royston, Hert SG8 6HB, UK is the only vendor in the marketplace that can provide the services required by NIDA . The intended source is: SPT Labtech Ltd. Melbourn Science Park Melbourn, Royston, Hert SG8 6HB, UK 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, 75N95025Q00028. Responses must be submitted electronically to Giuliana Faller, Contract Specialist, at giuliana.faller@nih.gov and KJ Shaikh, Contracting Officer, at kj.shaikh@nih.gov. U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5ffb72fefbe4470abc00c9a167db539/view)
 
Place of Performance
Address: Melbourn SG86HB, GBR
Zip Code: SG86HB
Country: GBR
 
Record
SN07261828-F 20241114/241112230109 (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.