The RFP Database
New business relationships start here

Juno genotyping system maintenance


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) 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.

(ii) The solicitation number is 75N95019Q00084 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold (SAT) of $250,000.00. A Fixed-Price type of Purchase Order contract is contemplated for any resulting contract entered into as a result of this solicitation.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number / Effective Date: 2019-01 / 01-22-2019.


(iv) The North American Industry Classification System (NAICS) code for this procurement is 811219-Other Electronic and Precision Equipment Repair and Maintenance with associated small business size standard of $20.5 million.


(v) 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. The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.


To establish and move stem cell technologies forward through a more centralized effort, NIH has launched the Stem Cell Translation Laboratory (SCTL) within the NCATS. SCTL goal is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine.Ongoing research projects in SCTL focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells. The SCTL owns and operates an existing Juno system used for genotyping low concentration DNA and for library sequencing preparation that is in potential need of maintenance support services.


Purpose and Objective:
The purpose of this requirement is to obtain contractor services from an authorized service provider to provide certified factory-trained Original Equipment Manufacturers (OEM) technicians to perform preventive maintenance and operation service protection on the existing government-owned Juno system, PN101-6455, manufactured by Fluidigm Corporation, in accordance with the essential features described in this notice. The Juno system is used for genotyping low-concentration DNA with the Juno 96.96 Genotyping IFC (integrated fluidic circuit) and for preparing libraries for targeted sequencing with the LP 192.24 and LP 48.48 IFCs through advanced microfluidics technology.

Product Description:
Statement of Work: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the following tasks.


Specifically, the Contractor shall provide the following service on the subject equipment:


1.    Juno System Pre-Plan Inspection; Inspection of Juno System (Does not include any Time or Materials required for Repairs)
a.    Includes Travel Zone 1 of Technical Support Zone 1
b.    Recertification for lapse in service from December 31, 2018 through effective date of contract


2.    Juno System Standard Service Plan (12 months)
•    Parts, labor, and travel
•    Software Upgrades
•    1 on-site preventative maintenance
•    Phone and email Technical Support
•    Priority on-site response


3.    Juno System Standard Service Plan (Option Year 1)
•    Parts, labor, and travel
•    Software Upgrades
•    1 on-site preventative maintenance
•    Phone and email Technical Support
•    Priority on-site response


4.    Juno System Standard Service Plan (Option Year 2)
•    Parts, labor, and travel
•    Software Upgrades
•    1 on-site preventative maintenance
•    Phone and email Technical Support
•    Priority on-site response


Maintenance service shall include parts, travel and labor costs for service calls to repair the subject units as needed by a factory certified and fully trained OEM technician from a manufacturer-authorized source. The authorized service provider MUST receive up-to-date factory-certified manufacturer-authorized training and be able to consistently meet the required turnaround time for system resolution.


Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC with service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. The reports will cover any problems encountered, problem resolution, unresolved problems, software updates, and any miscellaneous issues observed. A detailed written report of any service and\or preventative maintenance should be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being completed.


This requirement must be performed by a manufacturer-authorized, OEM-certified field service engineer possessing the requisite training to ensure proper manufacturer's proprietary software and hardware functioning. During service visits, NCATS will provide access to the facility, as well as access to the system. The Contractor will perform the necessary service requests at no additional cost beyond the cost of the annual service contract and access to OEM hardware engineers for advice, help and assistance during core hours. The field service engineer will provide documentation outlining the performance attributes of the cell culture system and components being serviced. Maintenance and support service shall be performed by a manufacturer-authorized service provider from an OEM-certified technician. Parts and accessory items must be compatible with the subject equipment. NCATS operates the subject equipment at 9800 Medical Center Drive, Rockville, MD 20850 and has provided high quality optimization of measures in many labs across the Center.


Period of Performance     
The period of performance will be effective for 12 months including the option to exercise two additional one-year performance periods as option items, per the following:
Base Year: March 1, 2019 through February 29, 2020
Option Year 1: March 1, 2020 through February 28, 2021
Option Year 2: March 1, 2021 through February 28, 2022


Inspection and Acceptance
Inspection and acceptance will be performed at NCATS, located at 9800 Medical Center Drive, Rockville, MD 20850.


(vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Offerors should indicate an estimated delivery time in full after receipt of material to be tested.


(vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2: Responses received to this RFQ will be evaluated on a Trade-Off basis. The award will be made on a competitive best value basis, using "tradeoff" among price-cost and non-price-cost factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-price-cost proposal. In either case, a tradeoff will be conducted. The government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. Although technical factors are of paramount consideration in the award, cost or price is also important to the overall award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost or price.


Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order if applicable. Prices shall be quoted on an itemized basis with fixed-price pricing structure included for all work to be performed in accomplishing this requirement.


(viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition.


(ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition.


(x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition as follows:
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (Mar 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013)
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014)


In addition, the following FAR provisions are applicable to this solicitation and incorporated by reference: 52.204-7 System for Award Management (Oct 2018), 52.204-13 System for Award Management Maintenance (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016).


(xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.


(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


(xiii) 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal.


Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet.


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 responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Mr. Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.


Hunter A Tjugum, Contract Specialist, Phone 3018275304, Email hunter.tjugum@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP