Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2024 SAM #8416
SOLICITATION NOTICE

J -- Maintenance Agreement for Getinge Sterilizers and Washers

Notice Date
12/10/2024 3:01:55 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NOI-NIAID-25-2244126
 
Response Due
12/26/2024 2:00:00 PM
 
Archive Date
01/10/2025
 
Point of Contact
Daveta H. Brown, Linda Smith
 
E-Mail Address
daveta.brown@nih.gov, linda.smith2@nih.gov
(daveta.brown@nih.gov, linda.smith2@nih.gov)
 
Description
Solicitation Number: NOI-NIAID-25-2244126 Posted Date: 12/10/2024 Response Date: 12/26/2024 Set Aside: None NAICS Code: 811210 � Electronic and Precision Equipment Repair and Maintenance Classification Code: J066 � Maintenance, Repair and Rebuilding of Equipment Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases, 5601 Fishers Lane, Rockville, MD 20852 Title: Maintenance Agreement for Getinge Sterilizers and Washers Primary Point of Contact: Daveta H. Brown, daveta.brown@nih.gov Secondary Point of Contact: Linda E. Smith, Linda.smith2@nih.gov Description: THIS IS A NOTICE OF INTENT AND NOT A REQUEST FOR QUOTATIONS This notice is published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This is a Notice of Intent to award a sole source, firm-fixed price purchase order under the authority of 41 U.S.C. 1901, as implemented by FAR 13.501(a) - Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements and is not a request for competitive quotes. The National Institute of Allergy and Infectious Diseases (NIAID) intends to negotiate on a sole source basis with Getinge USA Sales, LLC, 1 Geoffrey Way, Wayne, NJ 07470, for a renewal service plan for multiple sterilizers and washer-disinfectors that consist of the following: PRM 733 Sterilizer � Serial # 05H05062 PRM 733 Sterilizer � Serial # 06L07236 PRM 86 Series Washer � Serial # SEV0741129 GE/GSS 122222 PRM � Serial # 5102168-010-01 GE/GSS 122222 PRM � Serial # 5102168-020-01 GE/GSS 122222 PRM � Serial # 5102168-030-01 GEB 2404 Sterilizer � Serial # 5102337-010-01 GEB 2404 Sterilizer � Serial # 5102337-020-01 GE/GSS 66 (or equivalent) PRM � Serial # 5102165-010-01 GE/GSS 66 (or equivalent) PMR � Serial # 5102165-020-01 GE/GSS 66 (or equivalent) PRM � Serial # 5102165-030-01 GE/GSS 66 (or equivalent) PRM � Serial # 5102165-040-01 GE/GSS 66 (or equivalent) PRM � Serial # 5102169-010-01 GE/GSS 66 (or equivalent) PRM � Serial # 5102169-020-01 GEW112222 (Sweden) PRM � Serial # USR0726001 GEW112222 (Sweden) PRM � Serial # USR0726002 The period of performance is January 1, 2025 � December 31, 2025. Services shall be performed in Fort Detrick, Frederick, MD 21702. In support of the combined missions of the NIAID and the National Interagency Biodefense (NIB) Campus, the Integrated Research Facility (IRF) conducts advanced imaging and performs assay optimization and ruggedization for high-throughput analysis of a wide variety of studies involving high-consequence pathogens to further understand prevention and treatment options. With the work that the IRF conducts, the laboratories and core sections have an ongoing need for annual maintenance services to ensure the optimal function of the sterilization and disinfecting equipment within the IRF lab. The use of various models of Getinge sterilizers and washer/disinfectors serve as a barrier to contagious pathogens and waste. The sterilizers� function is to completely eliminate all contagions in the waste leaving out of the BSL-4 and BSL-2 spaces. The cage washers� function is to clean and treat all the cages, racks, and trays to ensure that there is no transmission, and the glassware washers� functions are to clean and prepare all of the glassware used for measurements in the BSL-2 lab spaces. To ensure optimal performance, reliability, and to avoid significant downtime, the lab requires maintenance by specially trained, certified service engineers with experience that can troubleshoot and repair the instruments in an expedited manner. Only Getinge USA Sales, LLC have trained engineers to perform remote diagnostics from the field or from their factories, and the required original equipment manufacturer (OEM) parts to provide the services needed to upgrade and maintain the instruments with the most up to date knowledge that no other vendor�s technicians may have. Additionally, the trained engineers are equipped with proprietary software for diagnosing, programming, calibrating, and repairing all of the Getinge equipment. The required services include the following: Four (4) preventive maintenance and inspections during the 12-month period, One (1) calibration visit of equipment temperature sensors, pressure transducers, PH, and conductivity monitoring probes and control during the 12-month period, OEM approved new replacement parts to maintain equipment operational with minimum down time, Telephone support response time two (2) hours, Coverage Monday through Friday 7am-5pm, with call back response time within 4 hours of call and same equipment review with a service representative onsite, and with no representative onsite response time within 4 hours and onsite within 24 hours from call response for equipment review, Repairs to be performed after a complete equipment review with problem resolutions and OEM parts availability, Include consumable parts door gaskets, filters, and vacuum pumps, Proprietary software updates and provisions during the 12-month period, and Field service representative in the local area trained to work in the biocontainment BSL-2 and BSL-4 labs. As the OEM, Getinge USA Sales, LLC must maintain the sterilizers and washer/disinfectors they have manufactured in accordance with their specifications. The use of a different vendor with non-OEM parts could cause the instruments to not be calibrated to optimal specifications that includes the functionality to ensure the contagious pathogens and waste are removed properly. With the IRF�s daily use of the sterilizers and washer/disinfectors, if the instruments are not functioning properly, it could lead to contamination of the experiments, which would result in the halt of research work. To obtain services from another vendor with engineers that do not have the proper credentials to troubleshoot, repair, or provide preventative maintenance could lead to the instruments becoming unrepairable, which would cause the Government to have to spend additional funding to repurchase the required sterilizers and washer/disinfectors for the lab�s decontamination processes. The North American Industry Classification (NAICS) code for this acquisition is 811210 � Electronic and Precision Equipment Repair and Maintenance, which has a size standard of $34.0 million. Getinge USA Sales, LLC is not a small business. This will be the only notice of the Government�s intent to solicit, negotiate, and award to one source to satisfy this requirement. The Government plans to award a contract for this requirement no later than December 31, 2024. The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 6.302-1 only one source available, no substitutions possible. The Government understands that Getinge USA Sales, LLC is the only vendor who can provide the requested services for NIAID. This notice is not a solicitation for competitive quotations. All responsible sources that could provide the maintenance and services to fully meet the Government's requirement may submit a capabilities statement with past performance. Capability statements shall be submitted via email to the contacts listed above with the subject line NOI-NIAID-25-2244126. Notices must be received by 5:00 pm eastern daylight time on December 26, 2024. Documentation received shall be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Any responses received by NIAID after this date and exact time specified are late and will not be considered. This notice does not obligate the Government to award a contract or otherwise pay for any information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. For additional information or to submit responses, please contact Daveta H. Brown, Contract Specialist at daveta.brown@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/386fa6daf64a4b87bc4873aca2dec6ff/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN07286875-F 20241212/241210230105 (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.