Contact Points
Pleasanton, CA 94566
This notice of proposed acquisition is posted as an intent to award to GenTegra LLC. as they are the only vendor that is capable of providing the maintenance and repair support for the following GenTegra instruments Model 51860 : Serial # 11005, Serial # 11006.
GenTegra LLC is the sole supplier of the GenPlates and holds exclusive patented technology to the GenPlates. The instruments are custom-designed and available from no other source. GenTegra is the only authorized service agent for the GenPlates and has provided a sole source letter supporting this. GenTegra LLC offers full-service coverage and maintenance support.
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 2022-06 dated May 26, 2022.
The Clinical Research Core laboratory at the National Institutes of Health own equipment manufactured by GenTegra LLC called GenPlates. GenPlates are a high density, proprietary format for storing and transporting bio samples at ambient temperatures, in the dry-state, embedded in 6 mm discs of FTA paper. FTA paper is a macroporous cellulose matrix that is chemically treated to inactivate bacteria and virus. Upon application of 10μl of blood or other bio sample directly to the 6mm disc of FTA paper, cells lyse and release DNA. The DNA then becomes entwined in the fibrous network of the cellulose matrix. The entwined bio sample is dried completely at room temperature and the dried sample is sealed with an adhesive cover and is ready for storage or transport at ambient temperature. The GenPlates are stored in GenTegra Archive Dehumidifiers. The dehumidifiers or chambers house whole blood DNA samples for the BLSA, HANDLS and Connective Tissue studies. These chambers are used to house samples at ambient temperatures for downstream analysis and testing. The units must be maintained to protect the integrity of the samples stored on GenPlates.
The Contractor shall provide the Government with maintenance and repair support for the following GenTegra instruments Model 51860 : Serial # 11005, Serial # 11006 . Service contract including one on-site maintenance visit for one (1) Archive active dehumidifier. Includes all required filter replacements at required 12 months and extra Inlet filter for user replacement at 6-month interval. Include labor to perform the maintenance. Includes estimated travel expenses and two days of service on-site.
Model 51741: Serial #11004 - Service contract including one on-site maintenance visit for one (1) Archive active dehumidifier, continuous operation style, serial #02-2008-8951. Includes all required filter replacements at required 12 months and extra Inlet filter for user replacement at 6-month interval. Include labor to perform the maintenance. Includes estimated travel expenses and two days of service on-site.
GOVERNMENT RESPONSIBILITIES
When the Contractor is on-site for maintenance and repair support provision, the Government will provide workspace and access to the equipment needing support.
REPORTING REQUIREMENTS
The Contractor shall provide one report to the Government via email on a quarterly basis which details all maintenance and repair work performed for each instrument during the reporting period. The report shall be due on the last business day of each quarter.
Travel expenses are to be included in the cost of contract.
Contract Type:
A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.
Summary Statement:
The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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.”
SUMMARY STATEMENT:
Quoter Terms and Conditions (To be completed by the Offeror):
1. Period of Performance OR Delivery Date After Receipt of Order:
2. Shipping Point (F.O.B. OR Destination):
3. Payment Discount Terms:
4. NIH BPA Number, if applicable:
5. UEI Number:
6. Name of Company:
7. Street Address, City, State, Zip code:
8. Name of Person Authorized to Provide Quote:
9. Telephone Number and Email Address of Person Authorized to Provide Quote:
ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS
The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/:
- FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation.
- FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]
- FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation
- FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021) is applicable to this solicitation.
- FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation.
In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:
- 52.204-7 System for Award Management (Oct 2018),
- 52.204-13 System for Award Management Maintenance (Oct 2018),
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),
- 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
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 (Oct 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
3. NIH Invoice and Payment Provisions
All responses must be received by noon on July 28, 2022, and must reference announcement / solicitation number NIA 22-011188. Responses may be submitted electronically to Carla Blalock at Carla.Blalock@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.