NIH-NINDS-21-012665-Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Maintenance Support Service for Leica Bond Max Automated Stainer (S/N M490125)
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Valerie
Gregorio
valerie.gregorio@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1,000 employees
FPDS Classification Code
N/A
Estimated Period of Performance
12/01/2021 - 11/20/2022
Delivery of Goods
BLDG 10 RM 3D17
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Leica
Address
1700 Leider LN
Buffalo Grove, Illinois 60089
United States
Single-Sole Source Determination
Leica is the only company with trained personnel capable of servicing their medical/scientific research instruments and equipment. Previously described as a sole source, since Leica is the only company qualified to maintain and repair Leica products.
Background/Description of Requirement

With its high level of reproducibility and high output, the Bond Max automated stainer is a major workhorse for data collection and evaluation which is required in the exploration of all aspects of research as performed by members within the SNB. Furthermore, the Bond Max automated stainer is utilized by Division of Intramural (DIR) clinical investigators and trainees across several NINDS laboratories in pursuit of their research projects. A service agreement allows for quick repair, if needed and regular maintenance and upgrading work to ensure continued use of the equipment which is required to perform at peak manufacturer’s standards.

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.