NINDS 24-009259

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
LEICA BOND RXm Processing Maintenance Contract
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
elaine.estrella@nih.gov
NAICS Code Number
333310
Commercial and Service Industry Machinery Manufacturing
Small Business Size Standard
OTSB 1000
FPDS Classification Code
J066
Estimated Period of Performance
08/21/2024 - 08/20/2025
Delivery of Goods
BLDG 10 RM 3D17
Set-Aside Status
Not Set Aside
Competition Status
Brand Name or Equal
Brand Name
LEICA MICROSYSTEMS
Rationale/ Salient Characteristics
Equipment must be serviced at the Emory Clinic in Georgia (GA). Certified trained personnel must be the only one authorized service/maintenance repair on Leica equipment.
Single-Sole Source Determination
Leica is the only authorized source of factory trained service engineers to service and repair Leica equipment. Any service performed by non-authorized provider will void warranty.
Background/Description of Requirement

The NINDS is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The SNB studies primary brain tumors, pituitary tumors, syringomyelia, drug delivery to the central nervous system, development of surgical technology/techniques, cell death in neurologic disorders and functional neurosurgery. SNB provides diagnostic services for the Clinical Center to support and evaluate on-going medical care and research activities. 

The Bond RXm system by Leica Biosystems is an automated system capable of performing immunohistochemistry (IHC), immunofluorescence (IF), and RNA in-situ hybridization (ISH). The investigators have been making use of multiplex immunohistochemistry and RNA in-situ hybridization for characterization of complex characterization of the immune microenvironment of high-grade brain tumors. And consistent evaluation of biochemical pathways involving secreted rather than bound proteins by directly visualizing which cells produce a target protein (via RNA ISH) and where the protein subsequently localizes (via IHC). 

 

Contractor shall provide all labor and replacement parts to maintain normal operation of the existing BOND RXm IHC/ISH &IF STAIN SYS. Service shall be provided between the hours of 8 am and 5 pm, Monday through Friday, unless indicated otherwise as follows: 

Contractor to provide all labor, material and equipment to provide preventive maintenance for government owned Leica BOND RXm IHC/ISH &IF STAIN SYS (serial #M494063, NIH decal 02109652), located in CTPSR Core, Emory Clinic B,   1365 Clifton Road NE, Suite 3206, Atlanta, GA  30322

  •  Maintenance services shall be performed in accordance with manufacturer’s standard commercial maintenance practices. 
  • Charges may be billed quarterly.
  • Contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support.
  • Preventive Maintenance:  Contractor shall provide maintenance services and monitor this equipment’s performance to proactively maintain and monitor this equipment’s performance.  Planned maintenance inspections are included to assure peak performance and reproducibility and minimize costly down time. Service shall be performed by technically qualified factory trained personnel.  Service shall consist of a thorough cleaning, calibration, adjustment, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures.
  • Included are 1 planned maintenance inspections/year, with labor, travel and replacement repair parts covered.
  • All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance.
  • Service Exclusions:  The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of fire or water.  These repairs shall be the subject of a separate purchase order and shall not be performed under this contract.
  • Personnel Qualifications:  Personnel shall be thoroughly trained according to Leica’s standard practices.
  • Place of performance:  Service shall be performed on the above listed equipment at the following location:           

CTPSR Core, Emory Clinic B, 1365 Clifton Road NE, Suite 3206, Atlanta, GA  30322

LEVEL OF EFFORT: Technician to travel to the location of the equipment on CTPSR Core, Emory Clinic B, 1365 Clifton Road NE, Suite 3206, Atlanta, GA  30322 to maintain the equipment. 

 

GOVERNMENT RESPONSIBILITIES: Contact vendor for routine maintenance once per period, and for any other repairs as needed. Allow the technician onto the Emory campus, and into the location where the equipment is kept. 

DELIVERY OR DELIVERABLES: Preventive maintenance as described under specific requirements in this Statement of Work

TRAVEL REQUIREMENT:  Technician travel should be covered by the maintenance service. 

 

 

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.