Sources Sought: Service/Maintenance Agreement for the Biacore S200 SPR-based sensor, AKTA Pure 25, and AKTA Purifier 10 Systems

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Federal
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted Date: Apr 30, 2024
Due Date: May 7, 2024
Solicitation No: 75N95024Q00263-SS
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Sources Sought: Service/Maintenance Agreement for the Biacore S200 SPR-based sensor, AKTA Pure 25, and AKTA Purifier 10 Systems
Active
Contract Opportunity
Notice ID
75N95024Q00263-SS
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 30, 2024 09:53 am EDT
  • Original Response Date: May 07, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
Description

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.



For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



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 Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it 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.



The NCATS is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases.



The instrumentation listed in this quote are essential for ADST to continue their small molecule screening efforts. The Biocose S200 is used to measure binding interactions of proteins, and the AKTA instruments are chromatography systems essential for protein purification. It is in the ADST Group’s interest to invest in a service plan for the upkeep and maintenance of the Biacore S200, AKTA Pure 25, and AKTA Purifier 10 Systems.



Purpose and Objectives: This procurement is for a Service Agreement with on-site repairs for the Biacore S200, AKTA Pure 25, and AKTA Purifier 10 Systems in the ADST Group at NCATS.



Project Requirements: To fulfill the NCATS requirement, the services required are as follows:



Service/Maintenance Agreement for the following systems with the below coverage: AKTA Pure 25 M1FPLC (SN#1945563)



AKTA Purifier 10 FPLC (SN#28406266-1434417)



One (1x) Preventative Maintenance performed annually on covered instrument/system



Inspection stickers will be affixed to each unit at the time of inspection



An equipment status report will accompany the certificates, providing an overview of inspection findings



- All parts, labor, and travel covered



- Annual preventative maintenance (PM) visit



- Priority response times (remote and on-site)



- Fixed costs with no added charges



- Life cycle management



- Scientific phone support



Period of Performance: 12 months



Other important considerations: In case domestic sources are available and capable of fulfilling the Government’s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25.



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.



Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the notice number.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Kaitlyn Landi, Contract Specialist, at e-mail address kaitlyn.landi@nih.gov.



The response must be received on or before May 7, 2024, at 4:00 p.m., Eastern Time.



“Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 30, 2024 09:53 am EDTSources Sought (Original)

Related Document

May 8, 2024[Sources Sought (Updated)] Sources Sought: Service/Maintenance Agreement for the Biacore S200 SPR-based sensor, AKTA Pure 25, and AKTA Purifier 10 Systems

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow APREO S LoVac - Field Emission - Scanning Electron Microscope Service Agreement

Federal Agency

Bid Due: 12/19/2024

Follow UPS REPAIR Active Contract Opportunity Notice ID N0024424Q0118 Related Notice Department/Ind. Agency

Federal Agency

Follow J065--RESPIRATORY THERAPY EQUIPMENT Maintenance for Medical Graphics Respiratory Therapy Equipment Active Contract

Federal Agency

Follow Waterfront and Alternation Installation Team (AIT) services in support of Maritime Electronic

Federal Agency

Bid Due: 5/18/2024