FEI is the manufacturer and the only authorized dealer for providing maintenance to this machine. FEI has the only factory trained service organization available that is capable of servicing the Cryo functions, Compu-Stage and Tomography capabilities on the instrument at NIH. These instruments are very complex and have warranted Cryo functions, Compu-Stage and Tomography that Service Engineers are sent to specific training courses in Holland to gain sufficient hardware and software proficiency, enabling them to provide proper service, repair and maintenance on the microscopes. In addition, being the manufacturer of the instrumentation, FEI Company provides the customer with primary access to any upgrades that become available for the instrumentation. Most of these upgrades are included at no charge with a service maintenance agreement. The period of performance for this PO is from 9/03/2017 to 9/02/2018.
Included with the service agreement, the NIDDK requires 48-hour targeted labor response time, labor hours (including travel time and expenses), parts coverage (including all accessories listed on the contract), replacement FEG tip (for applicable products), preventive maintenance visit(s) and software updates and, service provided only by authorized and factory-certified FEI Company technicians.
This acquisition is being pursued on a sole source basis centered on FEI Company possessing all the required parts, documents and schematics necessary to service the NIDDK's instrument to ensure that it is maintained at design specifications. Furthermore, instrument service on a routine basis is critical to maintain the accuracy and capability of the equipment, which is used extensively by members of the NIDDK. The practice of execution of a service contract is not common and is impossible to replicate using a 3rd party vendor because of problems of accounting and the need to avoid conflicts of interest involved. Although there are vendors who may claim that they provide service contracts for the NIDDK's instruments, the reality of execution of these so-called service contracts, though having the same ultimate deliverable (working instrument) do not have a level of performance close enough to that provided by the current vendor that they could be called comparable. This difference is not a question of competence or good will just a fundamental issue with the business model of 3rd party providers. Unless an offeror can demonstrate a partnership and/or agreement with the OEM, no third party contract managers will be considered due to the difference in repair caps, and delays for approvals over pre-designated dollar thresholds. Failure to procure preventative maintenance for these systems from FEI Company would result in a significant loss of research.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the services specified in this synopsis should submit a copy of their quotation to the below address or via email to [email protected]. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due on or before July 10, 2017 by 10 am, EST. via email or postal mail. The quotation must reference "Solicitation number" NIH-NIDDK-17-123. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710B Rockledge Drive, Room 1159A, Bethesda, MD 20817. Attention: Amber Harris, by the date and time mentioned above. Any questions must be sent via email to [email protected] and must include solicitation# NIH-NIDDK-17-123 in the subject line of email. Faxed copies/responses will not be accepted.
PLEASE NOTE: In order to receive an award, contractor must be registered for "All Awards" and have a valid certification in the System for Award Management (SAM) database at http://www.sam.gov.