NIH-NINDS - 22-007701 - Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Deinstall, Reinstalled & verify the SYS-BT-CYT5 CYT5 Reader Imager Standard, SYS-BT-GC Biotek Gas Controller and SYS-BT-BIOSPA BIOSPA Standard. The scope will be moved from 3C403 to 3C808 in building 35
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
1000 employees
FPDS Classification Code
N/A
Estimated Period of Performance
N/A
Delivery of Goods
BLDG 35A RM GF352
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Agilent Technologies
Address
2850 Centerville Rd
Wilmington, DE 19808
United States
Single-Sole Source Determination
A search was conducted on GSA Advantage for SYS-BT-CYT5 CYT5 Reader Imager Standard, SYS-BT-GC Biotek Gas Controller and SYS-BT-BIOSPA BIOSPA Standard. Agilent Technologies, Inc. is vendor is to Dissemble & re-assemble the SYS-BT-CYT5 CYT5 Reader Imager Standard, SYS-BT-GC Biotek Gas Controller and SYS-BT-BIOSPA BIOSPA Standard. And move from 10/3B12 to BD620 in building 35A. NINDS reviewed. IGCE based on a review of GSA vendor price lists. Pricing under contract was reviewed, however, the requirement is same in scope and size to their current requirement, therefore GSA vendor price list were reviewed instead.
Background/Description of Requirement

The purpose of this acquisition is basically to relocate these SYS-BT-CYT5 CYT5 Reader Imager Standard, SYS-BT-GC Biotek Gas Controller and SYS-BT-BIOSPA BIOSPA Standard plugs to their new location. The Mosquito robot are modular, easy to use, flexible to accommodate process changes and since our lab is evolving. We need the service of an excellent company to pre-inspection of the instrument to confirm it is operating as expected, decommissioning, dismantling, preparing the instrument for transit and re-installation and testing. This requirement is issued on a sole-source basis.

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.