Biosciences Preventative Maintenance Agreement for the Department of Laboratory Medicine
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: Presolicitation (Original)
- Original Published Date: Jul 18, 2024 02:03 pm EDT
- Original Response Date: Jul 30, 2024 06:30 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Jul 31, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
- NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Bethesda , MD 20892USA
Description
Title
Biosciences Preventative Maintenance Agreement for the Department of Laboratory Medicine
- Product Service Code: J049
- NAICS Code: 811210
- Place of Performance:
Bethesda, MD 20892 USA
POTS: 24-010978
Description
This is a notice of intent, NOT a request for a quotation. A solicitation document will NOT be issued, and quotations will NOT be requested.
The National Institutes of Health (NIH) intends to award a fixed price purchase order to procure a one-year on-site maintenance agreement for a BD FACSLyric Flow Cytometry Cell Analyzer, attached FACSLoader, specimen Processing instrument BD FACSDuet and two host Computer Workstations on a sole source basis from Becton Dickinson Company located in San Jose, CA 95131. The period of performance is 08/30/2024 to 08/29/2025.
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. This includes the Flow Cytometry section of the Hematology service that provides physical and chemical quantification of biomarkers of interest to the service on a cell-by-cell basis. 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 that utilize the unique strengths of the National Institutes of Health.
The Department of Laboratory Medicine’s Hematology Service performs Flow Cytometric Immunophenotyping as an indispensable tool for the diagnosis, classification, staging and monitoring of hematologic neoplasms in addition to evaluating residual disease after patients have undergone treatment pertaining to their protocol. The purpose of this procurement is to purchase a one-year On-site service contract agreement for the BD FACSLyric, FACSLoader and FACSDuet instruments.
Below is a list of items that will be covered under this maintenance agreement:
Catalog Number/Description/ Quantity
661869/ Service Contract BD FACSLyric 3 laser (5 day) Customer material#: 662383 Serial#: Z662383000112/1
653476/ Service Contract-FACSLoader 5 Day Customer material#: 342065 Serial#: F06500302/1
664019 00382906640192/ Service Contract BD FACSDuet 5-day Customer material#: 666340 Serial#: 9230010101/1
BD Biosciences is the sole manufacturer of the equipment that will be covered under this preventative maintenance service agreement.
This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The total dollar value of this requirement shall not exceed the Simplified Acquisition Threshold (SAT), $250,000.00.
Interested parties may identify their interest and submit capability statements in response to this posting. The determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government.
Comments to this announcement, referencing this posting number, may be submitted to the Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Shasheshe Goolsby, Lead Contract Specialist, shasheshe.goolsby@nih.gov by July 30, 2024, 6:30AM EST.
*** Please send your capability statements ONLY. This IS NOT a request for proposal. ***
Attachments/Links
Contact Information
Contracting Office Address
- 6707 DEMOCRACY BLVD, SUITE 106
- BETHESDA , MD 20892
- USA
Primary Point of Contact
- Shasheshe Goolsby
- shasheshe.goolsby@nih.gov
- Phone Number 3018274879
Secondary Point of Contact
History
- Jul 31, 2024 11:55 pm EDTPresolicitation (Original)