Federal Bid

Last Updated on 18 Jan 2019 at 9 AM
Solicitation
Bayview Idaho

Service Agreement for Sony iCyt Reflection 3 HAPS high speed sorter and covers all lasers

Solicitation ID HHS-NIH-NIDA-(AG)-PSOL-75N95019Q00046
Posted Date 19 Dec 2018 at 3 PM
Archive Date 18 Jan 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Bayview Idaho United states
Service Contract
HHS-NIH-NIDA-(AG)-PSOL-75N95019Q00046
INTRODUCTION
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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items.

The solicitation number is HHS-NIH-NIDA-(AG)-PSOL-75N95019Q00046
and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Sony Biotechnology Inc, 1730 north 1st Street, 2NW, San Jose, CA 95112.
ACQUISITION AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is 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.
The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide a service contract for the iCyt 3 HAPS sorter.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated October 2018.

CONTRACT TYPE
The Government intends to award a firm fixed price purchase order for this requirement.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The associated NAICS code for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance, size standard $20.5 dollars.
BACKGROUND
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.
The National Institute on Aging owns an Sony iCyt Reflection 3 HAPS high speed sorter and covers all lasers.

PURPOSE AND OBJECTIVES
Currently, NIA is in need of a service contract for the the iCyt 3 HAPS sorter.
SCOPE OF WORK
The Contractor shall provide the Government with maintenance and repair support for the instrument:
• S03-0021 Reflection (Sony iCyt Reflection 3 HAPS high speed sorter and covers all lasers)

Place of Performance:
251 Bayview Blvd
Baltimore, MD 21224
ANTICPATED PERIOD OF PERFORMANCE:
The anticipated period of performance of this firm fixed price contract will be for 12 months.
GOVERNMENT RESPONSIBILITIES
The field service technician will be required to notify the point of contact (POC) from the NIA/IRP flow cytometry facility for access to the building.

REPORTING REQUIREMENTS
Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the POC from the NIA/IRP.
Travel:
All travel time should be included within the provided service agreement.
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.

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.
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by January 3, 2019 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA- (AG) -PSOL-75N95019Q00046. Responses may be submitted electronically to [email protected]. For information regarding this solicitation, contact Andrea McGee by email at [email protected] or by phone at (301) 480-2449.

 

Bid Protests Not Available

Similar Opportunities

Bayview Idaho 25 Jul 2025 at 9 PM
Location Unknown 14 Jan 2026 at 12 AM
Location Unknown 14 Jan 2026 at 12 AM