The RFP Database
New business relationships start here

Notice of Intent to Contract - Maintenance Agreement to Service Genevac HT-4X Instrument


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

INTRODUCTION
PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION.

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


The National Center for Advancing Translational Sciences (NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition intends to negotiate and award a contract for a service contract for the existing Genevac HT-4X system in use at NCATS.


NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 811219 with a Size Standard of $20.5 million.


REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-96 (dated November 6, 2017).


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.


DESCRIPTION OF REQUIREMENT


Brand Name: Maintenance Agreement to Service Genevac Inc. HT-4X instrument


Manufacturer's name: Genevac, Inc.


Physical/functional/performance features of the product: Continuity of service on the state of the art instrumentation is necessary for the National Center for Advancing Translational Sciences (NCATS), National Institutes of Health. The HT-4X system requires preventative maintenance service and included major PM service and minor PM service and system failure repair visits for a base year and three optional years that avoids equipment failure and downtime and thereby protects the ongoing work in the laboratory.


Features of the product that are essential to the government's needs: the equipment is highly specialized and serviced only by OEM authorized technicians who are able to diagnose and repair issues, using OEM parts that are available only through the manufacturer.


DELIVERY DATE
The service agreement covers the base year and three (3) optional years.


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 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.


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.


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 2:00 PM Eastern, March 21, 2018 and must reference number NIHDA-2018-00102.


Responses must be submitted electronically to Donna Morris, Contracting Officer, at donna.morris@nih.gov. Fax requests are not accepted.


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


 


Donna Morris, Contracting Officer, Phone 3014962076, Email donna.morris@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP