Maintenance Agreement for NCATS' ImageXpress Micro Confocal

expired opportunity(Expired)
From: Federal Government(Federal)
NIHDA201800347

Basic Details

started - 17 Jul, 2018 (about 5 years ago)

Start Date

17 Jul, 2018 (about 5 years ago)
due - 23 Jul, 2018 (about 5 years ago)

Due Date

23 Jul, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
NIHDA201800347

Identifier

NIHDA201800347
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NON-COMPETITIVECOMBINED SYNOPSIS / SOLICITATIONTitle: Maintenance Agreement for NCATS' ImageXpress Micro Confocal(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii) The solicitation number is NIHDA201800347 and the solicitation is issued as a request for quotation (RFQ).This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A
CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of 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 Molecular Devices, 3860 North First Street, San Jose, CA 95134 for a maintenance agreement for NCATS' ImageXpress Micro Confocal.This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items by soliciting from a single source pursuant to FAR Subpart 13.106-1(b).Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 24, 2018.(iv) The associated NAICS code 811219 and the small business size standard is $20.5M. This requirement is has no set-aside restrictions.(v) NCATS Division of Preclinical Innovation (DPI) requires a maintenance agreement to support its existing high throughput microplate-based automated imaging system that is used to monitor and record cellular-level biological activities or changes in intact, living cells. These dispensers are incorporated into the robotic system used to facilitate high throughput screening. This maintenance agreement will allow NCATS to have continuous service from this equipment and avoid costly work stoppages.(vi) The annual maintenance agreement is needed for preventive maintenance visits, adjustments, and service calls associated with the National Center for Advancing Translational Sciences' (NCATS) existing ImageXpress Micro Confocal which is located in the robot room of Building C.Scope of WorkIndependently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below.Specific Requirements• One Preventative Maintenance (PM) performed within the 12 month contract period• Service visits include labor and travel• Unlimited Phone Support• 8-hour phone response Monday through Friday, excluding evenings and holidays• Service hours Monday - Friday, 8AM to 5PM excluding holidays• Parts/Response priority, typically within 48-72 hours or sooner of your initial callLevel of EffortPM Frequency: 1 per yearNCATS will coordinate with vendor in regards to scheduling preventative maintenance visits. NCATS will provide access to the facility and access to the units being serviced. There are no other government responsibilities.The vendor will perform preventative maintenance service and necessary repair service and suggest further maintenance as needed. Detailed reports of service performed will be provided. The period of performance is one year from the date of award.Reports will be emailed to Madhu Lal at Madhu.lal@nih.gov(vii) Service is to be initiated within 10 days upon receipt of order. Coverage period of service agreement is 12 months ARO.(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:1. Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Statement of Work (SOW).2. Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the SOW.3. Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration isgiven to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.(xv) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."All responses must be received by 1:00pm, Eastern Standard Time, July 23, 2018 and reference number NIHDA201800347. Responses shall be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov.Fax responses will not be accepted.(xvi) The name and email address of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist at jessica.adams@nih.gov.  

9800 Medical Center DriveBuilding BRockville, MDLocation

Place Of Performance : 9800 Medical Center Drive Building B

Country : United States

You may also like

HP MICRO FORTIFY FOCUS SOFTWARE

Due: 22 May, 2025 (in 12 months)Agency: DEPT OF DEFENSE

SPHERE FLASH UNIT WITH COLONY LITE SOFTWARE WITH RECOMMENDED SOFTWARE UPGRADES (AMBIS #2183549)

Due: 24 Sep, 2024 (in 4 months)Agency: NATIONAL INSTITUTES OF HEALTH

KIOWARE ANNUAL SOFTWARE

Due: 31 Jan, 2025 (in 9 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 811219 GSA CLASS CODE: J
naicsCode 811219
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT