Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SPECIAL NOTICE

J -- Service/Maintenance Agreement for the Lab2Lab pneumatic tubing system

Notice Date
3/5/2025 11:01:43 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Response Due
3/12/2025 9:00:00 AM
 
Archive Date
03/27/2025
 
Point of Contact
Kaitlyn Landi, Phone: 3018271804
 
E-Mail Address
kaitlyn.landi@nih.gov
(kaitlyn.landi@nih.gov)
 
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, Herts SG8 6HB, UK for Service/maintenance agreement for the Lab2Lab pneumatic tubing system in the ACC group at NCATS. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 Electronic and Precision Repair and Equipment. 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) 2022-08 dated October 22, 2022. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The ACC group at NCATS is in need of a service/maintenance agreement covering the Lab2Lab pneumatic tubing system to help ensure its continuing operation and functionality. The National Center for Advancing Translational Sciences (NCATS) focuses on getting more treatments to more patients more quickly. Several thousand genetic diseases affect humans, of which only about 500 have any treatment. NCATS is directly addressing this problem by discovering new technologies and other approaches that could greatly accelerate the process of developing and deploying solutions that can be used by all translational researchers. The Analytical Chemistry Core (ACC) provides analytical chemistry services involving the isolation, purification, identification, and analysis of therapeutic modalities for targeted disease states. This is accomplished through the development and usage of the SMART Centralized Sample Purification and Processing Platform. A key aspect of this platform is the utilization of LCMS analysis throughout all stages of the workflow for reaction monitoring, identity verification, and purity analysis of the desired compounds. As a means of improving efficiency and increasing productivity, the ACC implemented the SPT Labtech Lab2Lab Pneumatic Sample Transport System, which sends 2D-barcoded minitubes between labs, storage systems, and analytical instrumentation. Besides having the LCMS systems centrally located near the Analytical Chemis-try lab space for ease of oversight and maintenance, precious bench space was freed up due to fewer instruments re-quired for the same number of chemists, as well as sample tracking capabilities and maximization of instrument usage. The central components of the Lab2Lab system and the analytical LCMS instrumentation are located within the Analyti-cal Chemistry lab but the medicinal chemists are spread throughout 3 defined lab spaces across two buildings. The Lab2Lab system is comprised of an alarm, three (3x) receivers, buffer, retrieval bin, three (3x) senders, and a router. It is imperative that DPI scientists have ready access to the Lab2Lab system for constant sample submission for analysis. Any operational downtime due to malfunctioning will lead to a loss in productivity and a delay in projects. Therefore, it is necessary to acquire an annual service agreement for the SPT Labtech Lab2Lab system for continuous operation with optimal performance. The SPT Labtech Lab2Lab pneumatic tubing system is comprised of the following components: an alarm, three (3x) receivers, buffer, retrieval bin, three (3x) senders, and a router. This service agreement coverage of the Lab2Lab pneumatic tubing system is to include: Telephone and remote access support Software Updates Remote Application Support Annual preventative maintenance (PM) visit Including travel, expenses and labor Including replacement parts On-site Repair and Refurbishment Including travel, expenses and labor Includes replacement parts ESTIMATED PERIOD OF PERFORMANCE: One year ARO 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, Herts 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, Herts 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, 75N95025Q00136. Responses must be submitted electronically to Kaitlyn Landi, Contract Specialist, at kaitlyn.landi@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/b166f27cde3c4cd2a672648b0a4ae1bc/view)
 
Record
SN07361415-F 20250307/250307070523 (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.