This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contacts awarded using FAR Part 13- Simplified Acquisition Procedures are exempt from the requirement of FAR Part 6-Competitive Requirements.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated April 29, 2014.
There is no set-aside restriction; the associated NAICS 811219 and the small business size standard $7.0 million. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures.
National Institute of Neurological Disorders and Stroke (NINDS) laboratory presently owns and utilizes two (2) MaiTai HP DS lasers, these two (2) photon lasers are connected to NINDS Leica SP5 microscope which is used for dynamic imaging experiments. The lasers were purchased in 2009 when NINDS was equipping the new NIH laboratory. The lasers house sophisticated electronics, pumps, mirrors, and diodes that generate high powered infrared pulses every 100 femtoseconds. This type of pulsed light allows NINDS to conduct dynamic imaging experiments.
Preventative maintenance service is required to maintain two (2) Mai Tai HP DS lasers. The service contract shall include: 1) preventative maintenance inspections, 2) laser calibration, 3) laser replacement upon failure, 4) unlimited service visits, 5) unlimited telephone support, 6) onsite laser repair service.
Newport is responsible for preventative maintenance to be performed by their qualified technicians. Newport Corporation is the only company capable of performing the maintenance on NINDS Mai Tai HP DS lasers, as they are they are the manufacturer.
The period of performance is for 12 months.
The Defense Priorities and Allocation System (DPAS) is not applicable to this requirement.
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: 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 must be received by June 10, 2014 12:00 EST and must reference number HHS-NIH-NIDA(SSSA)-PSOL-14-231. Responses may be submitted electronically to Jasmine Snoddy, Contract Specialist and email [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA), 31 Center Drive, Room 1B59, Bethesda, Maryland 20892, Attention: Jasmine Snoddy, Contract Specialist. Fax responses will not be accepted.
"All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
The name and telephone number of the individual to contact for information regarding this solicitation is Jasmine Snoddy and telephone number is (301) 594-1571.