Contracting Office Address
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E140, Rockville, MD 20850, UNITED STATES
Description
National Cancer Institute (NCI), Experimental Immunology Branch (EIB), plans to procure on a sole source basis, maintenance services for ThermoFisher Centrifuges from Thermo Fisher Scientific Ashville LLC, 28 Schenck Parkway, Asheville, NC 28803.
This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System code is 811219 and the business size standard is $20.5 Million.
Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.
The period of performance is twelve (12) months from date of award.
It has been determined there are no opportunities to acquire green products or services for this procurement.
In order to meet NCI's research goals, the EIB requires its centrifuges continue to function without unnecessary downtime which would impact the productivity of the EIB. Therefore, a maintenance agreement needs to be in place to minimize downtime of the centrifuges.
Contractor Requirements are:
SCOPE: Contractor to provide all labor and equipment for the preventive maintenance of Government-owned ThermoFisher centrifuges for the period of one year. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices.
Equipment:
Model Serial # Location
LEGEND RT(ADVNC)W 40391378 BUILDING 10, TBD
LEGEND RT(ADVNC)W 40234392 BUILDING 10, ROOM 4B04/12N246
SORVALL LEGEND 17 40856433 BUILDING 10, ROOM 4B04/12N246
SorLegendXTRCent1 41254203 BUILDING 10, ROOM 4B04/12N246
Heraeus Multifuge 41272907 BUILDING 10, ROOM 4B-17
DISCOVERY M150 MIC 9702733 BUILDING 10, ROOM 4B-10
Sorvall Biofuge Fr 40308433 BUILDING 10, ROOM 4B
Sorvall Legend XTR 41121664 BUILDING 10, ROOM 4B
Sorvall Biofuge Fr 40491451 BUILDING 10, ROOM 4B
Sorvall Biofuge Fr 40469775 BUILDING 10, ROOM 4B-10
Sorvall Biofuge Fr 40514429 BUILDING 10, ROOM 4B-10
LEGEND RT(ADVNC)W 40892305 BUILDING 10, ROOM 4B-10
LEGEND RT(ADVNC)W 40733845 BUILDING 10, ROOM 3N-109
LEGEND RT(ADVNC)W 40894103 BUILDING 10, ROOM 4B-43
Sorvall Legend XTR 40969592 BUILDING 10, ROOM 4B-10
SORVALL LEGEND 17R 41002531 BUILDING 10, ROOM 3N-113
SORVALL LEGEND 17 40825853 BUILDING 10, ROOM 5B09
SORVALL LEGEND 17 40825855 BUILDING 10, ROOM 5B09
SORVALL LEGEND 17R 40880769 BUILDING 10, ROOM 5B09
SORVALL WX 80 ULTR N08S-652806-NS BUILDING 10, ROOM 5B09
SORVALL LEGEND 17R 40880768 BUILDING 10, ROOM 5B09
SORVALL LEGEND 17R 41383297 BUILDING 10, ROOM 5B09
SORVALL LEGEND 17R 41492887 BUILDING 10, ROOM 5B09
208V. RC-6+ SINGLE 2008A1748 BUILDING 10, ROOM 5B09
SORVALL LEGEND 17R 40684804 BUILDING 10, ROOM 5B09
208V. RC-6+ SINGLE 2008A2152 BUILDING 10, ROOM 3N-103
208V. RC-6+ SINGLE 2008A2162 BUILDING 10, ROOM 4B-37
PREVENTIVE MAINTENANCE: Contractor shall perform annual (1) preventive maintenance inspection during the contract period. Service shall be performed by technically qualified factory trained personnel. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing the equipment in accordance with the manufacturer's latest established service procedures. The equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection assure optimum and efficient performance.
EMERGENCY SERVICE: Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday thru Friday excluding Federal Holiday. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within one business day furnish a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled PMIs.
REPLACEMENT PARTS: The contractor shall furnish all replacement parts at no additional cost to the Government, with the exception of consumable parts to include batteries. Parts shall be new or remanufactured to original equipment specifications.
SERVICE EXCLUSIONS: The contractor shall not be responsible for any repairs by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.
PERIOD OF PERFORMANCE: Period of Performance shall be from 5/15/2015 through 5/14/2016.
PLACE OF PERFORMANCE: Service shall be performed at the following location:
Building 10
10 Center Drive
Bethesda, MD
This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 1:30 PM EST, on May 06, 2015. All responses and questions must be via email to Francisco Mendoza, Contracting Specialist at [email protected]. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered in sam.gov and have complete Representations and Certifications. Reference: N02C052569-78 on all correspondence.