The RFP Database
New business relationships start here

Maintenance for STA Compact MAX


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

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

The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Department of Laboratory Medicine (DLM), Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to:


Diagnostica Stago, Inc.
5 CENTURY DR STE 1
PARSIPPANY, NJ, 07054-4607 ,
UNITED STATES


NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE


The intended procurement is classified under NAICS code 811219 with a Size Standard $20.5 million.


REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-101 October 26, 2018. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000).


STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not 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.


 


 



GENERAL INFORMATION


1. Title: Maintenance for STA Compact MAX


2. Background Information: The Department of Laboratory Medicine serves as the clinical laboratory of the NIH Clinical Center. It provides laboratory support for patient care and research protocols and performs research and training in disciplines of Clinical Pathology. In doing so, DLM provides state-of-the-art laboratory testing in support of Clinical Center patient care and serves as a center of excellence in research and training in laboratory medicine, particularly in areas which utilize the unique strengths of the National Institutes of Health.
3. Purpose or Objective: The Department of Laboratory Medicine uses the STA Compact MAX for rapid testing of critical Hematology results in the BSL3 facility. The purpose of this procurement is to ensure that the STA Compact MAX continues to perform at the highest level to maintain quality patient care. If the instrument is allowed to function without regular maintenance, the system will fail leading to unanticipated expensive repairs and prolonged down time that will negatively impact patient care.
4. Period of Performance: Base Period of one (1) year with four (4) additional option periods of one (1) year each starting on or around 8/29/2019.


CONTRACTOR REQUIREMENTS (SCOPE OF WORK)


The vendor will provide a basic service for the STA Compact Max including:


• Toll free support.

• Unlimited service calls with on-site response within 24 hours (Monday to Friday 8:00 AM to 5:00 PM).

• All parts covered (wearables such as needles, syringes, etc. are not included). *

• Travel and labor included.

• Preventive maintenance two times per year.


 



CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION


This is a requirement for maintenance from the manufacturer. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research.



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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include a technical proposal, a cost-price proposal, the period of performance, 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 August 26, 2019, 11:00 AM Eastern time and must reference solicitation number 19-013868. Responses may be submitted electronically to Mr. Christopher Lauver, Contracting Specialist at christopher.lauver@nih.gov. Fax responses will not be accepted.


"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."


Christopher D. Lauver, Contract Specialist, Phone 301-594-5914, Email christopher.lauver@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP