Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOLICITATION NOTICE

J -- Bruker MALDI Biotyper� Smart System Maintenance Service

Notice Date
3/10/2025 10:59:27 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-CC-OPC-25-004813
 
Response Due
3/20/2025 8:00:00 AM
 
Archive Date
04/04/2025
 
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 notice of intent, not a request for a quotation. A solicitation document will not be issued, and quotations will not be requested. The National Institute of Health, Clinical Center (CC) intends to award a Firm-Fixed price purchase order to Bruker Scientific, LLC, Billerica, MA 01821on a sole source basis to provide maintenance service for one (1) MALDI Biotyper� Smart System already existing within the Clinical Center. The instrument is used daily for organism identification in the Department of Laboratory Medicine (DLM) Microbiology Service and Sterility Testing Service as part of patient care testing of Clinical Center patients. Bruker Scientific, LLC is the sole manufacturer, vendor and service provider for the instruments and their associated reagents and supplies are proprietary to and distributed only by Bruker Scientific, LLC. As such, no other entity can provide the Government with the requested preventative maintenance. Establishment of this preventative maintenance agreement would allow for uninterrupted provision of critical patient test results. Because of the proprietary technology and supplies used with the instruments, no other vendor can provide the service required for them. Period of Performance shall be for a base year of twelve (12) months and one (1) twelve (12) month option year from date of award. Service Includes: -Unlimited onsite emergency service visits. -Onsite response of two (2) business days: Monday-Friday 8:30 AM-5:00 PM. -Spare parts, labor & travel. -One Planned Maintenance (PM) visit with complete inspection of listed instrumentation. Service (work) includes labor, travel, a PM kit, complete inspection of the instrument with cleaning. Includes one additional PM or cleaning if necessary and diagnosed by a Bruker remote support engineer. -Wear & tear parts (e.g. lasers, detectors, tubes, pumps). -High Priority Remote Support during normal business hours. This includes call back within 1 hour during business hours, 2 hours after hours, unlimited phone calls and unlimited remote desktop support or unlimited augmented reality support (virtual engineer). Extended technical support hotline is available from 5:00 PM to 12:00 AM weekdays and 9:00 AM to 9:00 PM on weekends and holidays. -Compass and Data Analysis software updates and upgrades, library updates. Bruker proprietary software only. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 � Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The total dollar value of this requirement shall not exceed the Simplified Acquisition Threshold (SAT) $250,000.00. The North American Industry Classification System (NAICS) code for this acquisition is 811210 with a large business standard size of $34.0 million. This notice of intent to award is not a request for competitive quotations. Interested concerns capable of providing the same products or services as described in this notice may submit a capability statement outlining their capabilities. No solicitation is available. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Each response should include the following Business Information: a. SAM UEI. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1 e. Capability Statement Comments to this announcement may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Kimala Winfield, kimala.winfield@nih.gov or Malinda Dehner, dehnerm@cc.nih.gov by the due date and time marked in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c93b53141e25498d83bfb9e3b0c04aed/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07366186-F 20250312/250310230042 (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.