20-000846

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Preventative Maintenance and Service Agreement for the FALCON system with associated controllers, and software and the LIGHTNING software and associated computer
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Kristina
Jenkins
kristina.jenkins@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Competition Status
Non-Competitive
Vendor Name
Leica Microsystems, Inc.
Vendor Address
1700 Leidar Lane
Buffalo Grove, IL 60089
Single-Sole Source Determination
The annual preventative maintenance and service agreement for the FALCON and LIGHTNING upgrades for the Leica SP8 DIVE MP is available from only one source. Leica Microsystems Inc. is a manufacturer and distributor of Leica Confocal & Leica Advanced Fluorescents Microscopes. Authorized service on the microscope is only available directly through Leica’s service organization. Additionally, Leica’s trained service engineers are factory certified to repair and service the Leica Confocal & Leica Advanced Fluorescents Microscopes Systems.
Background/Description of Requirement

The FALCON and LIGHTNING upgrades for the Leica SP8 DIVE MP Microscope, more specifically the FALCON system with associated controllers, software and the LIGHTNING software, and associated computer is utilized routinely in the Systems Neuroscience Imaging Resource. The upgrades for the Leica SP8 DIVE MP Microscope require routine preventative maintenance to maintain the research equipment in operable condition, and to ensure minimal downtime due to hardware and software malfunction.

The purpose of this acquisition is to procure an Annual Maintenance and Service Agreement for the FALCON and LIGHTNING upgrades for the Leica SP8 DIVE MP Microscope. Services shall include unlimited service visits performed by the vendor’s factory trained and certified field service engineers; unlimited replacement service parts, components, or modules necessary for repairs, excluding consumables and 3rd party parts; an annual on-site maintenance visit; software updates; and unlimited access to expert applications and technology support center.

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.