PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS
INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.
The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to award a purchase order without providing for full and open competition to Bruker Biospin Corporation, 15 Fortune Drive, Billerica MA 01821 USA to acquire Service contract for CryoPlatform.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 811219 with a Size Standard $20.0 M.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2021-03 effective 02-16-2020. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000) and FAR Subpart 12- Acquisition of Commercial Items.
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements.
Place of Performance
National Institutes of Health
9000 Rockville Pike
Bethesda MD 20892
United States
DESCRIPTION OF REQUIREMENT
The objective of this request is to purchase a maintenance contract, which is essential to keep the NMR systems operational. This requires periodic replacement of worn-out parts as well as immediate repair in case of failure.
The contractor shall provide the following service for LABSCAPESELECT CryoPlatform with annual maintenance :
System Type: AVHD700X System ID: 10175641
System Type: AV4600 System ID: 421134
System Type: AV500 System ID: BH046704
System Type: AV600 System ID: BH030703
System Type: AV4500 System ID: 436202
System Type: AV4600 System ID: 421138
System Type: AVHD600X System ID: 10211018
System Type: AV4800 System ID: 436201
System Type: AVC600 System ID: 10028000
System Type: AV4500 System ID: 428585
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 as prescribed in FAR Part 10—Market Research. Only one source is available: Per FAR 13.106-1(b)(1) the Contracting Officer has determined that Bruker Biospin is the only vendor that can provide the service for LABSCAPESELECT - CryoPlatform with annual maintenance. The service contract offered by Bruker Biospin Corporation for the period extending between 09/28/2021 to 09/27/2022. Bruker Biospin Corporation is the sole source of such maintenance contracts.
The specialized and sensitive nature of the equipment that requires periodic maintenance is key to the efficient operation of the expensive cryoprobes, needed for protein studies. Only engineers specifically trained to perform maintenance and repairs on this proprietary equipment are qualified to safely carry out such work. The proposed contractor has a number of its service engineers dedicated to the maintenance and repair of Bruker Cryoplatforms, that require proprietary components.
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. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement, 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 Dun & Bradstreet Number (DUNS), 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.”
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. 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.
All responses to this notice shall be submitted electronically by 11:00 AM Eastern Standard Time, on July 27, 2021.
Assessment of Capability
The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.