Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SPECIAL NOTICE

J -- Notice of Intent to Sole Source � Meso Scale Discovery (MSD) Lab Equipment Maintenance Service Contract

Notice Date
1/13/2025 7:06:10 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
HCKBG-2025-SR-00440
 
Response Due
1/19/2025 2:00:00 PM
 
Archive Date
02/03/2025
 
Point of Contact
Stephanie Reid
 
E-Mail Address
qs5@cdc.gov
(qs5@cdc.gov)
 
Description
NOTICE OF INTENT TO SOLE SOURCE. This is not a request for competitive proposals/quotes. The Centers for Disease Control and Prevention (CDC), Division of HIV Prevention, Laboratory Branch, hereby announces its intent to issue a sole source order/contract to Meso Scale Diagnostics, LLC. The NAICS code for this acquisition is 811210- Electronic and Precision Equipment Repair and Maintenance, with a size standard in millions of dollars of $34.0. Purpose: The Laboratory Branch supports the Division of HIV Prevention�s goals in HIV prevention as they pertain to clinical studies, viral transmission, diagnosis and incidence, intervention research with microbicides, vaccines, and chemoprophylaxis as well as investigates other human and zoonotic retroviruses. The lab uses many scientific instruments to collect data for the studies and develops new methodologies for HIV detection, quantitation, isolation, evolution, animal modeling and surveillance including drug resistance. One year service agreement is needed to properly maintain, calibrate, and repair laboratory equipment manufactured by MSD to conduct/analyze many HIV prevention and transmission scientific studies for the Centers for Disease Control and Prevention (CDC), Division of HIV Prevention, Laboratory Branch. The contractor shall provide services including preventive maintenance of the equipment, ensuring working condition of the equipment. Tasks 1. The contractor shall provide all necessary trained experienced technical personnel, tools, parts, upgrades, shipping, travel, materials and supplies to perform/provide one-time onsite Preventative Maintenance (PM) and unlimited on-site repair service visits on the items listed on this Purchase Order (PO). 2. The contractor shall provide and use only genuine original/MSD manufacturers� parts, supplies, materials, and upgrades for our equipment. 3. The contractor shall provide at least one onsite comprehensive preventive maintenance service to original equipment manufacturer specifications to ensure proper functioning of equipment. Request will be called in. 4. The contractor shall respond within 24 hours (excluding weekends and federal holidays) of service calls to schedule a proper time of service which should be within 72 hours of business days. 5. The contractor shall respond to unlimited emergency repair service requests at no additional cost during one year agreement. This includes travel, labor, parts and any other necessary items. Period of Performance Base year period of performance: 2/1/2025 � 01/31/2025 Optional period 1: 2/1/2026 � 01/31/2026 Optional period 2: 2/1/2027 - 01/31/2027 Optional period 3: 2/1/2028 � 01/31/2028 Optional period 4: 2/1/2029 � 01/31/2029 Deliverable Schedule Preventive maintenance (PM) and repair services for one year at a time. Includes at least one on-site PM in one year. Detailed service report including quality assurance (range of the instrument, parameters, settings, specs, results, pass/fail and a summary indicating pass/fail as well as any raw data) and certification per repair service request and for PM should be received within 2 weeks after the visit. A determination by the Government not to compete this proposed action will be based on responses to this notice and is solely in the discretion of the Contracting Officer. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All vendors must be registered in the System for Award Management (SAM) at www.sam.gov. This action is for services which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) and 10 U.S.C. 2304(c)(1). Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This is not a request for competitive quotations; however, the Government will review any/all product, capabilities, and pricing information submitted prior to the closure of 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any responses should be emailed to Stephanie Reid at qsi5@cdc.gov by JAN 19, 2025 at 5:00 P.M. ET.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a02ff82409a4ac7afe301ef40fe8572/view)
 
Record
SN07310598-F 20250115/250113230053 (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.