Federal Bid

Last Updated on 28 Mar 2024 at 3 PM
Special Notice
Rockville Maryland

Spare and replacement parts for Perkin Elmer Viewlux microplate readers

Solicitation ID 75N95024Q00201
Posted Date 28 Mar 2024 at 3 PM
Archive Date 23 Apr 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Rockville Maryland United states 20850

NOTICE OF INTENT to Sole Source

  1. SOLICITATION NUMBER:  75N95024Q00201
  2. TITLE:  Spare and replacement parts for Perkin Elmer Viewlux microplate readers
  3. CLASSIFICATION CODE:

6640 – LABORATORY EQUIPMENT AND SUPPLIES

NAICS CODE: 334516- Analytical Laboratory Instrument Manufacturing

  1. RESPONSE DATE:

April 8, 2024, at 4:00 PM ET

  1. PRIMARY POINT OF CONTACT:

Maggie Brant

[email protected]

Phone: 301.827.1771

  1. DESCRIPTION:

INTRODUCTION

THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institutes of Health (NIH) National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Long Island Scientific Service Corp. to provide Spare and replacement parts for Perkin Elmer Viewlux microplate readers.  The circumstances that limit the availability of this used device from this source is that the reader and replacement parts are no longer manufactured or supported by the original manufacturer of the system. As such, spare parts and used devices are only available on the secondary market, and the source is limited to sellers with units or parts actually on hand. This vendor currently has one complete unit (for parts or as a spare unit) and three units for parts only, available for sale.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS

The intended procurement is classified under NAICS code 334516- Analytical Laboratory Instrument Manufacturing with a Size Standard of 1,000 employees.  

REGULATORY AUTHORITY

This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).

The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-03 dated February 23, 2024.

DESCRIPTION OF REQUIREMENT

PURPOSE AND OBJECTIVES:

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 Viewlux microplate reader, along with spare and replacement parts, is no longer produced or supported by the manufacturer yet it is an integral component of our assay pipeline. The ADST lab is in need of a replacement Viewlux, or the spare and replacement parts necessary to repair it, as their current model is in a failing state. Spare parts and used devices are only available on the secondary market, and the source is limited to sellers with units or parts actually on hand. Market availability of used devices and spare parts is unpredictable and NCATS has a bona fide need to maintain an inventory of spare parts to avoid downtime.

NCATS requires the following:

Perkin Elmer Viewlux 1430 HTS Microplate Imaging system. All components tested and verified in good working condition. Includes 850 series CCD camera, chiller, controller, PC with software and interface. Includes all cables. Package offer includes 3 additional surplus Viewlux systems, serial numbers 4300200 (includes 850 series camera), 300139 (includes 850 series camera), 4300100 (includes 600 series camera). Cameras are untested and are not guaranteed to be fully operational. Also includes 2 additional 600 series cameras (untested) chiller units, controllers, power supplies, cables, filter wheels (excitation and emission) and miscellaneous accessories.

ESTIMATED DELIVERY:

One-Time delivery to ship within 30 days after receipt of order

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. Specifically, Long Island Scientific Service Corp.  is the only vendor in the marketplace that can provide the products required by the NCATS.

The Viewlux microplate reader, along with spare and replacement parts, is no longer produced or supported by the manufacturer yet it is an integral component of our assay pipeline. The ADST lab is in need of a replacement Viewlux, or the spare and replacement parts necessary to repair it, as their current model is in a failing state. Spare parts and used devices are only available on the secondary market, and the source is limited to sellers with units or parts actually on hand. Market availability of used devices and spare parts is unpredictable and NCATS has a bona fide need to maintain an inventory of spare parts to avoid downtime.

The intended source is:

Long Island Scientific Service Corporation

3 Enterprise Dr

East Setauket, NY 11733-3724

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.

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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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 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 Unique Entity ID (UEI), 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.

All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95024Q00201. Responses must be submitted electronically to Maggie Brant, Contract Specialist, at [email protected].  U.S. Mail and fax responses will not be accepted.

Bid Protests Not Available