NIH-NINDS-RFQ-20-5557246

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Preventive Maintenance Services for Leica BOND RXm Processing Module
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Evan
Feely
evan.feely@nih.gov

Secondary Contracting Officer

Nancy
Lamon-Kritikos
nancy.lamon-kritikos@nih.gov
NAICS Code Number
811219
Other Electronic and Precision Equipment Repair and Maintenance
Small Business Size Standard
$20.5 million
FPDS Classification Code
J066
Estimated Period of Performance
Feburary 01, 2020 – January 31, 2021
Delivery of Goods
N/A
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Leica Microsystems Inc
Vendor Address
1700 Leider Lane, Buffalo Grove IL 60089
Single-Sole Source Determination
Leica and its ERD networks are the only authorized source of factory trained service engineers to service and repair Leica Biosystems Division equipment. Furthermore, service performed by any non-authorized provider will void the instrument warranty. As the BOND RXm Processing Module still being under warranty, Leica is the only source that can fulfill this requirement.
Background/Description of Requirement

The purpose of this acquisition is to acquire a service agreement (maintenance/repairs) for a Leica BOND RXm Processing Module The Bond RXm system by Leica Biosystems is an automated system capable of performing immunohistochemistry (IHC), immunofluorescence (IF), and RNA in-situ hybridization (ISH).  This machine allows for the rapid, efficient, and consistent staining of tissue slides for target protein and/or mRNA.  This is of high value in the research on high grade gliomas by investigators in NINDS' Surgical Neurology Branch.

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.