Contact Points
Hercules, CA 9457-1803
trained on their own systems. There are no other systems similar in which the
company is capable of servicing the Biorad system.
Droplet Digital polymerase chain reaction was developed to provide high-precision, absolute quantification of nucleic acid target sequences with wide-ranging applications for both research and clinical diagnostic applications. ddPCR measures absolute quantities by counting nucleic acid molecules encapsulated in discrete, volumetrically defined water-in-oil droplet partitions. ddPCR is able to overcome the lack of scalable and practical technologies for digital PCR implementation.
The Laboratory of Genetics and Genomics (LGG), National Institute on Aging (NIA) uses the Droplet Digital PCR: QX200 AutoDG Droplet Digital PCR System to perform such functions and requires a service agreement to maintain and ensure operability of its PCR system.
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 Bio-Rad Laboratories, Inc. Acquisition Authority: 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 dated March 10, 2021.
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 Contractor shall provide a service agreement including coverage for the following three instruments as part of the digital droplet PCR system as well as the below services:
Digital PCR System with automated droplet generator:: 1 yr FULL ON-SITE Complete Support Plan . Unlimited repair inclusive of travel, parts and labor. Includes Auto Droplet Generator and Droplet Reader. 1 PM visit included. Serial Numbers:771BR2740, 773BR1492.
PCR System, 1 yr FULL MAIL IN Complete Support Plan. Unlimited repair inclusive of shipping, parts and labor. Includes thermal cycler and reaction module. Serial Numbers: CT023557 / RD057429.
PCR Plate Sealer, 1 yr FULL MAIL IN Complete Support Plan. Unlimited repair inclusive of shipping, parts and labor. Serial Number: 770BR3291.
- Unlimited on-site repair visits, including parts, labor and
travel expenses, during the service agreement coverage period.
- In the event of PC service, if required, reinstallation of Bio-Rad provided software and PC re-configuration is to be provided.
- Unlimited mail-in service repairs during the coverage period.
Loaner instruments, when available, are to be shipped to the government using overnight service.
LEVEL OF EFFORT:
The service will be provided by a certified technician who has trained specifically on these instruments. Labor will be determined by the extent of any technical issues, and the routine duration of a preventive maintenance (PM) visit one time during the year.
GOVERNMENT RESPONSIBILITIES:
The government will be expected to ensure that the service is performed to the user’s satisfaction, in a timely manner, and will allow access to the technician for onsite visits. Furthermore, the government will be responsible for seeing that the machine is decontaminated for any maintenance that is required on the system, as well as shipping the system to Biorad for additional service, if that is required.
DELIVERY OR DELIVERABLES:
The contractor would be required to ensure a timely delivery of both services and any replacement equipment delivered to the site, if that becomes necessary during the course of the year. Furthermore, the contractor would be responsible for ensuring that the equipment is fully functional once any service has been completed.
Contract Type: A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include the following: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
In addition, the Dun & Bradstreet Number (DUNS), 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) www.sam.gov.”
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 May 08, 2021 12:00 p.m. EST and must reference announcement /solicitation number NIA21-006022. Responses may be submitted electronically to jacquline.newman@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.