Maryland Bids > Bid Detail

Preventative Maintenance and Service Agreement for JEM-1400 Electron Microscope (S/N: EM1848005960596), and JEM-1200EX Electron Microscope, (S/N: 158080-242)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159074481188033
Posted Date: May 10, 2023
Due Date: May 20, 2023
Source: https://sam.gov/opp/cdbdefeff9...
Follow
Preventative Maintenance and Service Agreement for JEM-1400 Electron Microscope (S/N: EM1848005960596), and JEM-1200EX Electron Microscope, (S/N: 158080-242)
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 10, 2023 01:59 pm EDT
  • Original Response Date: May 20, 2023 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

PRE-SOLICITATION NOTICE OF INTENT



NON-COMPETITIVE



NOTICE



75N95023Q00288



SUBJECT



Preventative Maintenance and Service Agreement for JEM-1400 Electron Microscope (S/N: EM1848005960596), and JEM-1200EX Electron Microscope, (S/N: 158080-242)



NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS



The intended procurement is classified under NAICS code 811210 Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $34.0M.



REGULATORY AUTHORITY



This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, and the procedures prescribed in FAR Subpart 13.106-1(b)(1), Soliciting from a single source.



The resultant contract will include all applicable provisions and clauses of the FAR in effect through the Federal Acquisition Circular (FAC) 2022-08, dated 10/28/2022.



DESCRIPTION



Pursuant to FAR Subpart 5.2—Synopses of Proposed Contract Actions,



THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.



The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a purchase order for a service and maintenance agreement for NINDS-owned JEM-1400 Electron Microscope (S/N: EM1848005960596), and JEM-1200EX Electron Microscope, (S/N: 158080-242) used by its researchers and scientists in the Electron Microscopy (EM) Facility.



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 Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), which mission it is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease for all people.



The NINDS EM Facility is a central facility that supports all of the NINDS Basic and Clinical researchers with their electron microscopy needs. For the operation of the EM Facility, it is essential to keep the microscopes in good condition so they are available to be used for the scientific research projects being conducted within the basic and clinical programs throughout NINDS.



ANTICIPATED SOURCE



Company Name – JEOL USA, Inc.



Company Address – 11 Dearborn Road, Peabody MA 01960



Contact Phone – (978) 536-2319



PERIOD OF PERFORMANCE



The anticipated period of performance shall include one 12-month base period and four 12-month option periods for the JEM-1400 and one 12-month base period and one 7-month option period for JEM-1200 as follows.



JEM-1400:



Base Year: 9/2/2023 – 9/1/2024



Option Year 1: 9/2/2024 – 9/1/2025



Option Year 2: 9/2/2025 – 9/1/2026



Option Year 3: 9/2/2026 – 9/1/2027



Option Year 4: 9/2/2028 – 9/1/2028





JEM-1200:



Base Year: 9/2/2023 – 9/1/2024



Option Year 1: 9/2/2024 – 3/30/2025



PLACE OF PERFORMANCE



National Institutes of Health



Building 49 / Room 3B68



49 Convent Drive



Bethesda, MD 20892



REASON FOR NON-COMPETITIVE ACTION



The essential characteristics of the JEM-1400 and JEM-1200 Preventive Maintenance and Service Agreement that limit the availability to a sole source are that JEOL USA Inc. is the sole contractor qualified to provide services to resolve problems and maintain the instruments mentioned above. Factory training and JEOL training center instruction in maintaining JEOL instrumentation are available only to current, qualified JEOL Service Engineers.



There are several key components within this enclosed instrument which need to be maintained and in working order to minimize down time allowing the important research to continue uninterrupted. A service agreement allows for quick repairs, if needed, as well as regular maintenance and upgrades, which is required to ensure that the equipment continues to perform at peak manufacturer standards.



JEOL USA, Inc. is the only service provider of JEOL Factory trained engineers who go through a 7 week program at the JEOL training center upon employment as well as additional training whenever new equipment or technologies are introduced.



This is supported by the Sole Source letter provided by JEOL stating that only JEOL can provide Agilent trained and certified technicians to work on their equipment.



CLOSING STATEMENT



This synopsis is not a request for competitive proposals. All responsible sources may submit a capability statement, however, which shall be considered by the agency. Responses to this notice must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement.



In addition, the Unique Entity Identifier (UEI), 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).



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 9:00 A.M., Eastern Standard Time on May 20, 2023.



Responses must be submitted electronically to the Contract Specialist, Cassandra Conley, at cassandra.conley@nih.gov.



Fax responses are not accepted.


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
  • May 10, 2023 01:59 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >