Contact Points
The National Institute on Neurological Disorders and Stroke owns a Promega Maxwell RSC 16 instrument, which is an automated DNA/RNA extractor manufactured by Promega. This equipment requires routine maintenance to ensure continued continuous function of the robotics to ensure the continuity of NINDS research.
The Contractor shall provide the Government with maintenance and repair support for the following Promega instrument:
Promega Maxwell RSC 16 Automated DNA/RNA Extractor, S/N: 10001079
Maintenance and repair support shall include all labor, travel, and replacement parts necessary to provide preventative maintenance support, install new instrument software upgrades and train staff in use of the new software, and troubleshoot problems in person and via telephone Monday thru Friday from 9AM to 5PM East Coast time. Under the Premier Service Agreement replacement parts and software upgrades provided must be Original Equipment Manufacturer (OEM) certified. Promega service technicians must be factory trained. There must be priority on-site response for the referenced equipment including; acknowledgement of repair requests within 24 business hours, and an onsite visit from a technician shall occur within 72 business hours.
GOVERNMENT RESPONSIBILITIES: While the Contractor is on-site for maintenance and repair support, the Government will provide workspace as well as access to a desktop computer and telephone for Contractor needs related to this requirement.
DELIVERY OR DELIVERABLES The Contractor shall provide one report to the Government via email on a quarterly basis which details all maintenance and repair work performed on the instrument during the reporting period. The report shall be due on the last business day of each quarter.
REPORTING REQUIREMENTS The vendor is to provide reports which detail all maintenance and repair work performed for each instrument during the reporting period.
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.