21-009275

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Service contract for BD Biosciences LSRFortessa sorter/sell counter
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Edith
Allums
edith.taylor@nih.gov

Secondary Contracting Officer

Jackie
Newman
jacqueline.newman@nih.gov
NAICS Code Number
811219
Other electronic and prevision equipment repair and maintenance
Small Business Size Standard
$22,000,000.00
FPDS Classification Code
J066
Estimated Period of Performance
August 1st, 2021 through July 31st, 2022
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
BD Bioscience
Vendor Address
BECTON, DICKINSON AND COMPANY (024230633)
DBA: BD BIOSCIENCES
2350 QUME DR
SAN JOSE, CA 95131-1812
Vendor Name
BD Bioscience
Address
BECTON, DICKINSON AND COMPANY (024230633)
DBA: BD BIOSCIENCES
2350 QUME DR
SAN JOSE, CA 95131-1812
Single-Sole Source Determination
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 and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Becton, Dickinson and Company. This acquisition is restricted because this is the sole provider of the firmware upgrades and the licensing required to run the equipment as well as all parts. They do not allow other companies to maintain their equipment nor are other parts usable or compatible in their equipment.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2021-05.  

Description of the Item or Service:

The DNA Section of the Office of the Scientific Director, National Institute on Aging (OSD/NIA) requires a service contract for the BD Biosciences LSRFortessa sorter/cell counter, the FACS Flow Supply System and the BD High Throughput Sampler  to ensure their continued and safe use.

General Requirements:
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 Statement of Work below:


Specific Requirements:
The vendor shall provide the following:

Coverage includes the BD LSRFortessa Special Order System with one Computer Workstation (excluding lasers and printers) for labor, travel expenses and parts (excluding

consumables), for the following:

- 2 Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits.

- Software Revisions released during the Agreement term.

- Unlimited service visits, Monday-Friday, excluding BD Biosciences holidays.

- Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge.

 

- Every reasonable effort will be made to respond to a request for emergency on-site service (Monday through Friday, excluding holidays) within 48 hours.

Coverage includes the FACS Flow Supply System for labor, travel expenses and parts (excluding consumables) for the following:

- Unlimited service visits, Monday through Friday, excluding holidays.

- Unlimited telephone support for reagents and applications will be provided at no additional charge.

Coverage includes the BD High Throughput Sampler for all parts (excluding consumable items) for the following:

- Depot Level Repair between the contractor and Customer.

- One (1) Preventive Maintenance Inspection will be performed during a twelve month period in conjunction with the superior equipment's Preventive Maintenance

Inspection.

- One (1) PM Kit will be provided.

- An emergency replacement will be provided within two (2) working days. The use of new or like new parts will be at the discretion of the contractor.    

- Unlimited telephone support for instruments, reagents and applications will be provided at no additional charge.

- BD Biosciences will assume all costs associated with labor, shipping and parts, excluding consumable items.

Level of Effort:

Personnel handling warranty and preventative maintenance should be factory-certified BD technicians.

Government Responsibilities:

Government will provide access to instrument as well as following vendor’s guidelines for notification of sudden issues that arise and require field service technician.

Quoter Terms and Conditions (To be completed by the Offeror):
1. Period of Performance OR Delivery Date After Receipt of Order:
2. Shipping Point (F.O.B. OR Destination):
3. Payment Discount Terms:
4. NIH BPA Number
5. DUNS No:
6. Name of Company:
7. Street Address, City, State, Zip code:
8. Name of Person Authorized to Provide Quote:
9. Telephone Number and Email Address of Person Authorized to Provide Quote:

Contract Type:
A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement.

The following provisions and clauses apply to this acquisition and are incorporated as an attachment.  Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

All responses must be received by July 23, 2021 at 8:00AM Eastern Standard Time and must reference announcement number 21-009275Responses may be submitted electronically to Edith Allums at edith.taylor@nih.gov  Fax responses will not be accepted.

Interested parties may identify in writing their interest and capability in response to this requirement. 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 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.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

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