22-005632

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Preventative Maintenance and Service Agreement for the ProteinSimple Jess Western Blot Machine
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Jeff
Moore
jeff.moore@nih.gov

Secondary Contracting Officer

Christine
Frate
christine.frate@nih.gov
NAICS Code Number
334516
The purpose of the requirement is to provide preventative maintenance and
service for the ProteinSimple Jess Western Blot machine located in the National
Institute of Mental Health, Division of Intramural Research Programs, Laboratory
of Neuropsychology, Section on Neural Coding and Computation (SNCC).

The Section of Neural Coding and Computation, LN has a molecular and cell
culture facility that develops, produces, and tests viral vector constructs for the
use in monkey brain anatomy and behavioral experiments. Before using a newly
developed construct in valuable monkeys, we need to test functionality in cell
culture via western blots. This test occurs with the Protein Simple Jess system
and is an essential piece of equipment for this task. To continue to ensure the
availability of this instrument, we require a service agreement in which
preventative maintenance is performed as part of the agreement.

Specifically, the NIMH requires the following:

• Technical Support – Phone and Email
• 100% Service labor and travel included
• Complete system coverage
• Onsite repair locator
• Software updates
Small Business Size Standard
1,000
FPDS Classification Code
J066
Estimated Period of Performance
The period of performance is one 12-month base year with two 12-month option years.
Delivery of Goods
30 days after delivery of award
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
ProteinSimple
Vendor Address
3001 Orchard Parkway
San Jose, CA 95134 USA
Single-Sole Source Determination
The Single-sole Source (Including brand-name)Determination is based upon the market research conducted. Specifically, only one source is capable of providing the supplies or services required pursuant to FAR13.106-1(b)(1)(i), only one source is reasonably available.
Background/Description of Requirement

The purpose of the requirement is to provide preventative maintenance and

service for the ProteinSimple Jess Western Blot machine located in the National

Institute of Mental Health, Division of Intramural Research Programs, Laboratory

of Neuropsychology, Section on Neural Coding and Computation (SNCC).

 

The Section of Neural Coding and Computation, LN has a molecular and cell

culture facility that develops, produces, and tests viral vector constructs for the

use in monkey brain anatomy and behavioral experiments. Before using a newly

developed construct in valuable monkeys, we need to test functionality in cell

culture via western blots. This test occurs with the Protein Simple Jess system

and is an essential piece of equipment for this task. To continue to ensure the 

availability of this instrument, we require a service agreement in which

preventative maintenance is performed as part of the agreement.

 

Specifically, the NIMH requires the following:

 

• Technical Support – Phone and Email

• 100% Service labor and travel included

• Complete system coverage

• Onsite repair locator

• Software updates

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.