NIA-21-006092

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Laser Scanning Miscroscope System Service Contract
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Jacqueline
Newman
jacqueline.newman@nih.gov

Secondary Contracting Officer

Edith
Allums
edith.allums@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$22,000000.00
FPDS Classification Code
J066
Estimated Period of Performance
05/04/2021 to 05/03/2022
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Zeiss Inc.
Vendor Address
1 North Broadway
White Plains NY 10601
Single-Sole Source Determination
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.

The essential characteristics of the Carl Zeiss Scan head LSM710 service contract that limit the availability to a sole source is that Carl Zeiss Microscopy, LLC is the only entity in
the United States to provide comprehensive service and support for Carl Zeiss instruments. Only this suggested source can furnish the requirements, to the exclusion of other sources.


This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Carl Zeiss Microscopy, Inc. Acquisition Authority:

Background/Description of Requirement

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.

The Laboratory of Behavioral Neuroscience (LBN) with the National Institute on Aging requires the use of their Laser Scanning Microscope System for the high resolution neuroanatomical analysis of synaptic connectivity, dendritic morphology and other aspects of morphological integrity relevant to understanding the basis of age-related cognitive impairment and adaptation. It is imperative that this machine stay operational hence requiring a maintenance service agreement.

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:

Protect Premium Service Agreement:

- One (1) *preventative maintenance inspection per agreement year. This includes all labor and travel associated with conducting this PM inspection visit.

- All labor and travel related charges associated with any service visit in addition to the PM visit as may be required during the contract year, is included.

- All covered replacement parts.

- 10% Discount on Consumable purchases

- 10% Discount on Instrument upgrades

- Scheduled and emergency service performed between the hours of 8:00am and 5:00pm Monday through Friday exclusing Carl Zeiss Microscopy, LLC holidays

- Factory trained Customer Support Engineers

LEVEL OF EFFORT:

The vendor shall provide a trained technician capable of performing the required services

GOVERNMENT RESPONSIBILITIES:

The government will schedule routine service and emergency calls as needed and schedule an appointment for the preventative maintenance.

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 2, 2021 12:00 p.m. EST and must reference announcement /solicitation number NIA-21-006092. 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.